Upload
others
View
6
Download
0
Embed Size (px)
Citation preview
Republic of the Philippiness DEPARTMENT OF SOCIAL WELFARE AND
DEVELOPMENT REGION IV-MIMAROPA
BIDDING DOCUMENTS
FOR
SUPPLY AND DELIVERY OF VARIOUS
FOOD ITEMS FOR THE IMPLEMENTATION OF THE SUPPLEMENTARY FEEDING
PROGRAM IN RIZAL, PALAWAN
PROJECT ID NO: DSWD4B-2019-044
DSWD Field Office MIMAROPA Region ,1680 F. T Benitez cor Malvar Sts. Malate, Manila
Trunkline (632) 336-8106 Email: [email protected] Website:https://www.fo4b.dswd.gov.ph/
CHECKLIST OF ELIGIBILITY AND TECHNICAL DOCUMENTS FOR
SUBMISSION
Class “A” Documents
(1) Legal Documents
Platinum Membership
PhilGEPS Platinum Certificate of Registration with Annex A
SEC/DTI Registration Certificate
Valid Mayor’s Permit
Tax Clearance Certificate
(2) Technical Documents
Statement of all Ongoing Private and Government Contracts including Contracts
Awarded but not yet Started, if any
Statement of Single Largest Completed Contract, which is similar in nature, within
five (5) years from the date of submission and receipt of bids:
a. Photocopy of Single Largest Completed Contract or Purchase Order. The
prospective bidder should have completed at least two (2) similar contracts
within five (5) years and the aggregate contract amounts should be equivalent
to at least 50% of the Approved Budget for the Contract (ABC). The largest of
these similar contracts must be equivalent to at least 25% of the Approved
Budget Contract (ABC)
b. Certificate of Completion or Acceptance from the Bidder’s client or Official
Receipt
Bid Security in any of the following forms:
a. Cash or cashier’s /manager’s check, bank draft/guarantee or irrevocable letter
of credit issued by a Universal or Commercial Bank ( 2% of the ABC); or
b. Surety bond ( 5% of the ABC) with a Certificate from the Insurance
Commission ; or
c. Bid Securing Declaration
Compliance with Section VI. Schedule of Requirements
Compliance with Section VII. Technical Specifications
Omnibus Sworn Statement
Authority of the Signatory
(3) Financial Documents
Net Financial Contracting Capacity (NFCC) computation or Committed Line of
Credit
2018 Audited Financial Statements stamped “ received “ by the BIR or its duly
accredited and authorized institutions ,for the preceding calendar year which
should not be earlier than two (years) from the date of id submission .
Class “B” Documents
JVA or the Duly Notarized Statement in accordance with Section 23.1 (b) of the
2016 Revised IRR , if applicable
4
TABLE OF CONTENTS
SECTION I. INVITATION TO BID ................... ERROR! BOOKMARK NOT DEFINED.
SECTION II. INSTRUCTIONS TO BIDDERS ......................................................... 10
SECTION III. BID DATA SHEET ........................................................................ 41
SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 46
SECTION V. SPECIAL CONDITIONS OF CONTRACT .......................................... 63
SECTION VI. SCHEDULE OF REQUIREMENTS ................................................... 69
SECTION VII. TECHNICAL SPECIFICATIONS .................................................... 76
SECTION VIII. BIDDING FORMS ...................................................................... 87
SECTION IX. FOREIGN-ASSISTED PROJECTS ................................................. 100
6
Section I. Invitation to Bid
7
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF SOCIAL WELFARE AND DEVELOPMENT
MIMAROPA REGION 1680 F. T Benitez cor Malvar Sts. Malate, Manila
INVITATION TO BID FOR SUPPLY AND DELIVERY OF VARIOUS FOOD ITEMS
FOR THE IMPLEMENTATION OF THE SUPPLEMENTARY FEEDING
PROGRAM RIZAL, PALAWAN
PROJECT ID NO: DSWD4B-2019-044
1. The Department of Social Welfare and Development MIMAROPA Region through the
General Appropriations Act of 2019 intends to apply the sum of Three Million Three
Hundred Eighty Thousand Five Hundred Twenty Pesos Only (Php 3,380,520.00) being the Approved Budget for the Contract (ABC) to payments under the contract for
Project, “Supply and Delivery of Various Food Items for the Implementation of the
Supplementary Feeding Program in Rizal, Palawan with Project ID No: DSWD4B-
2019-044”. Bids received in excess of the ABC shall be automatically rejected at bid
opening.
2. The DSWD MIMAROPA Region now invites bids for the Project, “Supply and Delivery
of Various Food Items for the Implementation of the Supplementary Feeding
Program in Rizal, Palawan with Project ID No: DSWD4B-2019-044” Delivery of the
Goods is required as specified in Section VI- Schedule of Requirements. Bidders should
have completed, within five (5) years from the date of submission and receipt of bids, a
contract similar to the Project. The description of an eligible bidder is contained in the
Bidding Documents, particularly, in Section II. Instructions to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the 2016 Revised Implementing Rules
and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government
Procurement Reform Act”.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or
organizations with at least sixty percent (60%) interest or outstanding capital stock
belonging to citizens of the Philippines, and to citizens or organizations of a country the
laws or regulations of which grant similar rights or privileges to Filipino citizens,
pursuant to RA 5183.
4. Interested bidders may obtain further information from the DSWD MIMAROPA Bids
and Awards Committee (BAC) Secretariat and inspect the Bidding Documents at the
address given below during office hours from 8:00 A.M to 5:00 P.M.
8
5. A complete set of Bidding Documents may be acquired by interested Bidders on August
A complete set of Bidding Documents may be acquired by interested Bidders on
September 6, 2019 8:00 A.M to 5:00 PM until before the deadline of bid submission from
the address below and upon payment of a fee in the amount of Five Thousand Pesos
Only (Php 5,000.00)
It may also be downloaded free of charge from the website of the Philippine Government
Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity,
provided that Bidders shall pay the applicable fee for the Bidding Documents not later
than the submission of their bids.
6. The DSWD MIMAROPA Region will hold a Pre-Bid Conference on September 13, 2019,
Friday 1:30 P.M at DSWD 3rd Floor Conference Room, 1680 F.T Benitez cor Malvar Sts, Malate, Manila which shall be open to prospective bidders.
7. Bids must be duly received by the BAC Secretariat at the address below on or before
September 25, 2019 Wednesday 1:30 P.M, DSWD MIMAROPA Region 3rd Floor
Conference Room, 1680 F.T Benitez cor Malvar Sts., Malate, Manila. All Bids must
be accompanied by a bid security in any of the acceptable forms and in the amount stated
in ITB Clause 18.
Bid opening shall be on September 25, 2019 2:00 P.M at DSWD Conference Room 3rd
Floor, 1680 F.T Benitez cor Malvar Sts, Malate, Manila. Bids will be opened in the
presence of the bidders’ representatives who choose to attend at the address below. Late
bids shall not be accepted.
8. The DSWD MIMAROPA Region reserves the right to reject any and all bids, declare a
failure of bidding, or not award the contract at any time prior to contract award in
accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any
liability to the affected bidder or bidders.
9. For further information, please refer to:
Harvy B. Calabio
Administrative Officer V/BAC Secretariat
DSWD MIMAROPA Region
1680 F.T Benitez cor Malvar Sts, Malate, Manila
Telefax No: (02) 336-8106 Local 111/101
Email Address: [email protected]
(ORIGINAL SIGNED)
_________________________________
EDITHA B. OCAMPO
BAC Chairperson
9
10
Section II. Instructions to Bidders
Notes on the Instructions to Bidders
This Section of the Bidding Documents provides the information necessary for bidders to
prepare responsive bids, in accordance with the requirements of the Procuring Entity. It also
provides information on bid submission, eligibility check, opening and evaluation of bids,
post-qualification and on the award of contract.
This Section also contains provisions that are to be used unchanged. Section III consists of
provisions that supplement, amend, or specify in detail, information or requirements
included in Section II which are specific to each procurement.
Matters governing performance of the Supplier, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are not normally
included in this Section, but rather under Section IV. General Conditions of Contract (GCC),
and/or Section V. Special Conditions of Contract (SCC). If duplication of a subject is
inevitable in other sections of the document prepared by the Procuring Entity, care must be
exercised to avoid contradictions between clauses dealing with the same matter.
11
TABLE OF CONTENTS
A. GENERAL ..................................................................................................... 13
1. Scope of Bid ........................................................................................................ 13
2. Source of Funds ................................................................................................... 13
3. Corrupt, Fraudulent, Collusive, and Coercive Practices ........................................ 13
4. Conflict of Interest ............................................................................................... 15
5. Eligible Bidders ................................................................................................... 16
6. Bidder’s Responsibilities ...................................................................................... 17
7. Origin of Goods ................................................................................................... 20
8. Subcontracts ......................................................................................................... 20
B. CONTENTS OF BIDDING DOCUMENTS ............................................................ 20
9. Pre-Bid Conference .............................................................................................. 20
10. Clarification and Amendment of Bidding Documents........................................... 21
C. PREPARATION OF BIDS ................................................................................. 21
11. Language of Bid ................................................................................................... 21
12. Documents Comprising the Bid: Eligibility and Technical Components ............... 22
13. Documents Comprising the Bid: Financial Component ........................................ 23
14. Alternative Bids ................................................................................................... 24
15. Bid Prices............................................................................................................. 25
16. Bid Currencies ..................................................................................................... 26
17. Bid Validity ......................................................................................................... 26
18. Bid Security ......................................................................................................... 27
19. Format and Signing of Bids .................................................................................. 29
20. Sealing and Marking of Bids ................................................................................ 30
D. SUBMISSION AND OPENING OF BIDS ............................................................. 30
21. Deadline for Submission of Bids .......................................................................... 30
22. Late Bids .............................................................................................................. 30
23. Modification and Withdrawal of Bids ................................................................... 31
24. Opening and Preliminary Examination of Bids ..................................................... 31
E. EVALUATION AND COMPARISON OF BIDS ..................................................... 33
25. Process to be Confidential .................................................................................... 33
26. Clarification of Bids ............................................................................................. 33
27. Domestic Preference ............................................................................................ 33
12
28. Detailed Evaluation and Comparison of Bids ....................................................... 34
29. Post-Qualification ................................................................................................ 35
30. Reservation Clause ............................................................................................... 36
F. AWARD OF CONTRACT ................................................................................. 37
31. Contract Award .................................................................................................... 37
32. Signing of the Contract ........................................................................................ 38
33. Performance Security ........................................................................................... 39
34. Notice to Proceed ................................................................................................. 40
35. Protest Mechanism…………………………………………………………………37
13
A. General
1. Scope of Bid
1.1. The Procuring Entity named in the BDS invites bids for the supply and delivery
of the Goods as described in
1.2.
1.3.
1.4.
1.5.
1.6.
1.7.
1.8.
1.9. Section VII. Technical Specifications.
1.10. The name, identification, and number of lots specific to this bidding are
provided in the BDS. The contracting strategy and basis of evaluation of lots is
described in ITB Clause 28.
2. Source of Funds
The Procuring Entity has a budget or has received funds from the Funding Source
named in the BDS, and in the amount indicated in the BDS. It intends to apply part of
the funds received for the Project, as defined in the BDS, to cover eligible payments
under the contract.
3. Corrupt, Fraudulent, Collusive, and Coercive Practices
3.1. Unless otherwise specified in the BDS, the Procuring Entity as well as the
bidders and suppliers shall observe the highest standard of ethics during the
procurement and execution of the contract. In pursuance of this policy, the
Procuring Entity:
(a) defines, for purposes of this provision, the terms set forth below as
follows:
(i) “corrupt practice” means behavior on the part of officials in the
public or private sectors by which they improperly and
unlawfully enrich themselves, others, or induce others to do so,
by misusing the position in which they are placed, and includes
the offering, giving, receiving, or soliciting of anything of value
to influence the action of any such official in the procurement
14
process or in contract execution; entering, on behalf of the
government, into any contract or transaction manifestly and
grossly disadvantageous to the same, whether or not the public
officer profited or will profit thereby, and similar acts as
provided in RA 3019.
(ii) “fraudulent practice” means a misrepresentation of facts in order
to influence a procurement process or the execution of a contract
to the detriment of the Procuring Entity, and includes collusive
practices among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial, non-competitive
levels and to deprive the Procuring Entity of the benefits of free
and open competition.
(iii) “collusive practices” means a scheme or arrangement between
two or more Bidders, with or without the knowledge of the
Procuring Entity, designed to establish bid prices at artificial,
non-competitive levels.
(iv) “coercive practices” means harming or threatening to harm,
directly or indirectly, persons, or their property to influence their
participation in a procurement process, or affect the execution of
a contract;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing
of evidence material to an administrative proceedings or
investigation or making false statements to investigators
in order to materially impede an administrative
proceedings or investigation of the Procuring Entity or
any foreign government/foreign or international
financing institution into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters
relevant to the administrative proceedings or
investigation or from pursuing such proceedings or
investigation; or
(bb) acts intended to materially impede the exercise of the
inspection and audit rights of the Procuring Entity or any
foreign government/foreign or international financing
institution herein.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in any of the practices mentioned
in this Clause for purposes of competing for the contract.
3.2. Further, the Procuring Entity will seek to impose the maximum civil,
administrative, and/or criminal penalties available under applicable laws on
15
individuals and organizations deemed to be involved in any of the practices
mentioned in ITB Clause 3.1(a).
3.3. Furthermore, the Funding Source and the Procuring Entity reserve the right to
inspect and audit records and accounts of a bidder or supplier in the bidding for
and performance of a contract themselves or through independent auditors as
reflected in the GCC Clause 3.
4. Conflict of Interest
4.1. All Bidders found to have conflicting interests shall be disqualified to
participate in the procurement at hand, without prejudice to the imposition of
appropriate administrative, civil, and criminal sanctions. A Bidder may be
considered to have conflicting interests with another Bidder in any of the events
described in paragraphs (a) through (c) below and a general conflict of interest
in any of the circumstances set out in paragraphs (d) through (g) below:
(a) A Bidder has controlling shareholders in common with another Bidder;
(b) A Bidder receives or has received any direct or indirect subsidy from
any other Bidder;
(c) A Bidder has the same legal representative as that of another Bidder for
purposes of this bid;
(d) A Bidder has a relationship, directly or through third parties, that puts
them in a position to have access to information about or influence on
the bid of another Bidder or influence the decisions of the Procuring
Entity regarding this bidding process;
(e) A Bidder submits more than one bid in this bidding process. However,
this does not limit the participation of subcontractors in more than one
bid;
(f) A Bidder who participated as a consultant in the preparation of the
design or technical specifications of the Goods and related services that
are the subject of the bid; or
(g) A Bidder who lends, or temporarily seconds, its personnel to firms or
organizations which are engaged in consulting services for the
preparation related to procurement for or implementation of the project,
if the personnel would be involved in any capacity on the same project.
4.2. In accordance with Section 47 of the IRR of RA 9184, all Bidding Documents
shall be accompanied by a sworn affidavit of the Bidder that it is not related to
the Head of the Procuring Entity (HoPE), members of the Bids and Awards
Committee (BAC), members of the Technical Working Group (TWG),
members of the BAC Secretariat, the head of the Project Management Office
(PMO) or the end-user unit, and the project consultants, by consanguinity or
affinity up to the third civil degree. On the part of the Bidder, this Clause shall
apply to the following persons:
16
(a) If the Bidder is an individual or a sole proprietorship, to the Bidder
himself;
(b) If the Bidder is a partnership, to all its officers and members;
(c) If the Bidder is a corporation, to all its officers, directors, and controlling
stockholders;
(d) If the Bidder is a cooperative, to all its officers, directors, and controlling
shareholders or members; and
(e) If the Bidder is a joint venture (JV), the provisions of items (a), (b), (c),
or (d) of this Clause shall correspondingly apply to each of the members
of the said JV, as may be appropriate.
Relationship of the nature described above or failure to comply with this Clause
will result in the automatic disqualification of a Bidder.
5. Eligible Bidders
5.1. Unless otherwise provided in the BDS, the following persons shall be eligible
to participate in this bidding:
(a) Duly licensed Filipino citizens/sole proprietorships;
(b) Partnerships duly organized under the laws of the Philippines and of
which at least sixty percent (60%) of the interest belongs to citizens of
the Philippines;
(c) Corporations duly organized under the laws of the Philippines, and of
which at least sixty percent (60%) of the outstanding capital stock
belongs to citizens of the Philippines;
(d) Cooperatives duly organized under the laws of the Philippines; and
(e) Persons/entities forming themselves into a Joint Venture (JV), i.e., a
group of two (2) or more persons/entities that intend to be jointly and
severally responsible or liable for a particular contract: Provided,
however, that Filipino ownership or interest of the JV concerned shall
be at least sixty percent (60%).
5.2. Foreign bidders may be eligible to participate when any of the following
circumstances exist, as specified in the BDS:
(a) When a Treaty or International or Executive Agreement as provided in
Section 4 of RA 9184 and its IRR allow foreign bidders to participate;
(b) Citizens, corporations, or associations of a country, the laws or
regulations of which grant reciprocal rights or privileges to citizens,
corporations, or associations of the Philippines;
17
(c) When the Goods sought to be procured are not available from local
suppliers; or
(d) When there is a need to prevent situations that defeat competition or
restrain trade.
5.3. Government owned or –controlled corporations (GOCCs) may be eligible to
participate only if they can establish that they (a) are legally and financially
autonomous, (b) operate under commercial law, and (c) are not attached
agencies of the Procuring Entity.
5.4. Unless otherwise provided in the BDS, the Bidder must have completed a Single
Largest Completed Contract (SLCC) similar to the Project and the value of
which, adjusted, if necessary, by the Bidder to current prices using the
Philippine Statistics Authority (PSA) consumer price index, must be at least
equivalent to a percentage of the ABC stated in the BDS.
For this purpose, contracts similar to the Project shall be those described in the
BDS, and completed within the relevant period stated in the Invitation to Bid
and ITB Clause 12.1(a)(ii).
5.5. The Bidder must submit a computation of its Net Financial Contracting
Capacity (NFCC), which must be at least equal to the ABC to be bid, calculated
as follows:
NFCC = [(Current assets minus current liabilities) (15)] minus the value of
all outstanding or uncompleted portions of the projects under ongoing
contracts, including awarded contracts yet to be started, coinciding with the
contract to be bid.
The values of the domestic bidder’s current assets and current liabilities shall
be based on the latest Audited Financial Statements submitted to the BIR.
For purposes of computing the foreign bidders’ NFCC, the value of the current
assets and current liabilities shall be based on their audited financial statements
prepared in accordance with international financial reporting standards.
If the prospective bidder opts to submit a committed Line of Credit, it must be
at least equal to ten percent (10%) of the ABC to be bid. If issued by a foreign
universal or commercial bank, it shall be confirmed or authenticated by a local
universal or commercial bank.
6. Bidder’s Responsibilities
6.1. The Bidder or its duly authorized representative shall submit a sworn statement
in the form prescribed in Section VIII. Bidding Forms as required in ITB Clause
12.1(b)(iii).
6.2. The Bidder is responsible for the following:
18
(a) Having taken steps to carefully examine all of the Bidding Documents;
(b) Having acknowledged all conditions, local or otherwise, affecting the
implementation of the contract;
(c) Having made an estimate of the facilities available and needed for the
contract to be bid, if any;
(d) Having complied with its responsibility to inquire or secure
Supplemental/Bid Bulletin(s) as provided under ITB Clause 10.4.
(e) Ensuring that it is not “blacklisted” or barred from bidding by the GOP
or any of its agencies, offices, corporations, or LGUs, including foreign
government/foreign or international financing institution whose
blacklisting rules have been recognized by the GPPB;
(f) Ensuring that each of the documents submitted in satisfaction of the
bidding requirements is an authentic copy of the original, complete, and
all statements and information provided therein are true and correct;
(g) Authorizing the HoPE or its duly authorized representative/s to verify
all the documents submitted;
(h) Ensuring that the signatory is the duly authorized representative of the
Bidder, and granted full power and authority to do, execute and perform
any and all acts necessary and/or to represent the Bidder in the bidding,
with the duly notarized Secretary’s Certificate attesting to such fact, if
the Bidder is a corporation, partnership, cooperative, or joint venture;
(i) Complying with the disclosure provision under Section 47 of RA 9184
and its IRR in relation to other provisions of RA 3019;
(j) Complying with existing labor laws and standards, in the case of
procurement of services; Moreover, bidder undertakes to:
(i) Ensure the entitlement of workers to wages, hours of work,
safety and health and other prevailing conditions of work as
established by national laws, rules and regulations; or collective
bargaining agreement; or arbitration award, if and when
applicable.
In case there is a finding by the Procuring Entity or the DOLE of
underpayment or non-payment of workers’ wage and wage-
related benefits, bidder agrees that the performance security or
portion of the contract amount shall be withheld in favor of the
complaining workers pursuant to appropriate provisions of
Republic Act No. 9184 without prejudice to the institution of
appropriate actions under the Labor Code, as amended, and other
social legislations.
19
(ii) Comply with occupational safety and health standards and to
correct deficiencies, if any.
In case of imminent danger, injury or death of the worker, bidder
undertakes to suspend contract implementation pending
clearance to proceed from the DOLE Regional Office and to
comply with Work Stoppage Order; and
(iii) Inform the workers of their conditions of work, labor clauses
under the contract specifying wages, hours of work and other
benefits under prevailing national laws, rules and regulations; or
collective bargaining agreement; or arbitration award, if and
when applicable, through posting in two (2) conspicuous places
in the establishment’s premises; and
(k) Ensuring that it did not give or pay, directly or indirectly, any
commission, amount, fee, or any form of consideration, pecuniary or
otherwise, to any person or official, personnel or representative of the
government in relation to any procurement project or activity.
Failure to observe any of the above responsibilities shall be at the risk of the
Bidder concerned.
6.3. The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Documents.
6.4. It shall be the sole responsibility of the Bidder to determine and to satisfy itself
by such means as it considers necessary or desirable as to all matters pertaining
to the contract to be bid, including: (a) the location and the nature of this Project;
(b) climatic conditions; (c) transportation facilities; and (d) other factors that
may affect the cost, duration, and execution or implementation of this Project.
6.5. The Procuring Entity shall not assume any responsibility regarding erroneous
interpretations or conclusions by the prospective or eligible bidder out of the
data furnished by the procuring entity. However, the Procuring Entity shall
ensure that all information in the Bidding Documents, including
bid/supplemental bid bulletin/s issued, are correct and consistent.
6.6. Before submitting their bids, the Bidder is deemed to have become familiar with
all existing laws, decrees, ordinances, acts and regulations of the Philippines
which may affect this Project in any way.
6.7. The Bidder shall bear all costs associated with the preparation and submission
of his bid, and the Procuring Entity will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the bidding process.
6.8. The Bidder should note that the Procuring Entity will accept bids only from
those that have paid the applicable fee for the Bidding Documents at the office
indicated in the Invitation to Bid.
20
7. Origin of Goods
Unless otherwise indicated in the BDS, there is no restriction on the origin of goods
other than those prohibited by a decision of the United Nations Security Council taken
under Chapter VII of the Charter of the United Nations, subject to ITB Clause 27.1.
8. Subcontracts
8.1. Unless otherwise specified in the BDS, the Bidder may subcontract portions of
the Goods to an extent as may be approved by the Procuring Entity and stated
in the BDS. However, subcontracting of any portion shall not relieve the Bidder
from any liability or obligation that may arise from the contract for this Project.
8.2. Subcontractors must submit the documentary requirements under ITB Clause
12 and comply with the eligibility criteria specified in the BDS. In the event that
any subcontractor is found by the Procuring Entity to be ineligible, the
subcontracting of such portion of the Goods shall be disallowed.
8.3. The Bidder may identify the subcontractor to whom a portion of the Goods will
be subcontracted at any stage of the bidding process or during contract
implementation. If the Bidder opts to disclose the name of the subcontractor
during bid submission, the Bidder shall include the required documents as part
of the technical component of its bid.
B. Contents of Bidding Documents
9. Pre-Bid Conference
9.1. (a) If so specified in the BDS, a pre-bid conference shall be held at the venue
and on the date indicated therein, to clarify and address the Bidders’ questions
on the technical and financial components of this Project.
(b) The pre-bid conference shall be held at least twelve (12) calendar days
before the deadline for the submission and receipt of bids, but not earlier than
seven (7) calendar days from the posting of the invitation to bid/bidding
documents in the PhilGEPS website. If the Procuring Entity determines that, by
reason of the method, nature, or complexity of the contract to be bid, or when
international participation will be more advantageous to the GOP, a longer
period for the preparation of bids is necessary, the pre-bid conference shall be
held at least thirty (30) calendar days before the deadline for the submission and
receipt of bids, as specified in the BDS.
9.2. Bidders are encouraged to attend the pre-bid conference to ensure that they fully
understand the Procuring Entity’s requirements. Non-attendance of the Bidder
will in no way prejudice its bid; however, the Bidder is expected to know the
changes and/or amendments to the Bidding Documents as recorded in the
minutes of the pre-bid conference and the Supplemental/Bid Bulletin. The
minutes of the pre-bid conference shall be recorded and prepared not later than
five (5) calendar days after the pre-bid conference. The minutes shall be made
available to prospective bidders not later than five (5) days upon written request.
21
9.3 Decisions of the BAC amending any provision of the bidding documents shall
be issued in writing through a Supplemental/Bid Bulletin at least seven (7)
calendar days before the deadline for the submission and receipt of bids.
10. Clarification and Amendment of Bidding Documents
10.1. Prospective bidders may request for clarification on and/or interpretation of any
part of the Bidding Documents. Such request must be in writing and submitted
to the Procuring Entity at the address indicated in the BDS at least ten (10)
calendar days before the deadline set for the submission and receipt of Bids.
10.2. The BAC shall respond to the said request by issuing a Supplemental/Bid
Bulletin, to be made available to all those who have properly secured the
Bidding Documents, at least seven (7) calendar days before the deadline for the
submission and receipt of Bids.
10.3. Supplemental/Bid Bulletins may also be issued upon the Procuring Entity’s
initiative for purposes of clarifying or modifying any provision of the Bidding
Documents not later than seven (7) calendar days before the deadline for the
submission and receipt of Bids. Any modification to the Bidding Documents
shall be identified as an amendment.
10.4. Any Supplemental/Bid Bulletin issued by the BAC shall also be posted in the
PhilGEPS and the website of the Procuring Entity concerned, if available, and
at any conspicuous place in the premises of the Procuring Entity concerned. It
shall be the responsibility of all Bidders who have properly secured the Bidding
Documents to inquire and secure Supplemental/Bid Bulletins that may be issued
by the BAC. However, Bidders who have submitted bids before the issuance of
the Supplemental/Bid Bulletin must be informed and allowed to modify or
withdraw their bids in accordance with ITB Clause 23.
C. Preparation of Bids
11. Language of Bids
The eligibility requirements or statements, the bids, and all other documents to be
submitted to the BAC must be in English. If the eligibility requirements or statements,
the bids, and all other documents submitted to the BAC are in foreign language other
than English, it must be accompanied by a translation of the documents in English. The
documents shall be translated by the relevant foreign government agency, the foreign
government agency authorized to translate documents, or a registered translator in the
foreign bidder’s country; and shall be authenticated by the appropriate Philippine
foreign service establishment/post or the equivalent office having jurisdiction over the
foreign bidder’s affairs in the Philippines. The English translation shall govern, for
purposes of interpretation of the bid.
22
12. Documents Comprising the Bid: Eligibility and Technical
Components
12.1. Unless otherwise indicated in the BDS, the first envelope shall contain the
following eligibility and technical documents:
(a) Eligibility Documents –
Class “A” Documents:
(i) PhilGEPS Certificate of Registration and Membership in
accordance with Section 8.5.2 of the IRR, except for foreign
bidders participating in the procurement by a Philippine Foreign
Service Office or Post, which shall submit their eligibility
documents under Section 23.1 of the IRR, provided, that the
winning bidder shall register with the PhilGEPS in accordance
with section 37.1.4 of the IRR.
(ii) Statement of all its ongoing government and private contracts,
including contracts awarded but not yet started, if any, whether
similar or not similar in nature and complexity to the contract to
be bid; and
Statement of the Bidder’s SLCC similar to the contract to be bid,
in accordance with ITB Clause 5.4, within the relevant period as
provided in the BDS.
The two statements required shall indicate for each contract the
following:
(ii.1) name of the contract;
(ii.2) date of the contract;
(ii.3) contract duration;
(ii.4) owner’s name and address;
(ii.5) kinds of Goods;
(ii.6) For Statement of Ongoing Contracts - amount of contract
and value of outstanding contracts;
(ii.7) For Statement of SLCC - amount of completed contracts,
adjusted by the Bidder to current prices using PSA’s
consumer price index, if necessary for the purpose of
meeting the SLCC requirement;
(ii.8) date of delivery; and
23
(ii.9) end user’s acceptance or official receipt(s) or sales
invoice issued for the contract, if completed, which shall
be attached to the statements.
(iii) NFCC computation in accordance with ITB Clause 5.5 or a
committed Line of Credit from a universal or commercial bank.
Class “B” Document:
(iv) If applicable, the Joint Venture Agreement (JVA) in case the
joint venture is already in existence, or duly notarized statements
from all the potential joint venture partners in accordance with
Section 23.1(b) of the IRR.
(b) Technical Documents –
(i) Bid security in accordance with ITB Clause 18. If the Bidder
opts to submit the bid security in the form of:
(i.1) a bank draft/guarantee or an irrevocable letter of credit
issued by a foreign bank, it shall be accompanied by a
confirmation from a Universal or Commercial Bank; or
(i.2) a surety bond, it shall be accompanied by a certification
by the Insurance Commission that the surety or insurance
company is authorized to issue such instruments;
(ii) Conformity with technical specifications, as enumerated and
specified in Sections VI and VII of the Bidding Documents; and
(iii) Sworn statement in accordance with Section 25.3 of the IRR of
RA 9184 and using the form prescribed in Section VIII. Bidding
Forms.
(iv) For foreign bidders claiming eligibility by reason of their
country’s extension of reciprocal rights to Filipinos, a
certification from the relevant government office of their country
stating that Filipinos are allowed to participate in their
government procurement activities for the same item or product.
13. Documents Comprising the Bid: Financial Component
13.1. Unless otherwise stated in the BDS, the financial component of the bid shall
contain the following:
(a) Financial Bid Form, which includes bid prices and the applicable Price
Schedules, in accordance with ITB Clauses 15.1 and 15.4;
(b) If the Bidder claims preference as a Domestic Bidder, a certification
from the DTI issued in accordance with ITB Clause 27, unless otherwise
provided in the BDS; and
24
(c) Any other document related to the financial component of the bid as
stated in the BDS.
13.2. (a) Unless otherwise stated in the BDS, all bids that exceed the ABC
shall not be accepted.
(b) Unless otherwise indicated in the BDS, for foreign-funded procurement,
a ceiling may be applied to bid prices provided the following conditions
are met:
(i) Bidding Documents are obtainable free of charge on a freely
accessible website. If payment of Bidding Documents is required
by the procuring entity, payment could be made upon the
submission of bids.
(ii) The procuring entity has procedures in place to ensure that the ABC
is based on recent estimates made by the responsible unit of the
procuring entity and that the estimates reflect the quality,
supervision and risk and inflationary factors, as well as prevailing
market prices, associated with the types of works or goods to be
procured.
(iii) The procuring entity has trained cost estimators on estimating
prices and analyzing bid variances.
(iv) The procuring entity has established a system to monitor and report
bid prices relative to ABC and engineer’s/procuring entity’s
estimate.
(v) The procuring entity has established a monitoring and evaluation
system for contract implementation to provide a feedback on
actual total costs of goods and works.
14. Alternative Bids
14.1 Alternative Bids shall be rejected. For this purpose, alternative bid is an offer
made by a Bidder in addition or as a substitute to its original bid which may be
included as part of its original bid or submitted separately therewith for purposes
of bidding. A bid with options is considered an alternative bid regardless of
whether said bid proposal is contained in a single envelope or submitted in two
(2) or more separate bid envelopes.
14.2 Each Bidder shall submit only one Bid, either individually or as a partner in a
JV. A Bidder who submits or participates in more than one bid (other than as a
subcontractor if a subcontractor is permitted to participate in more than one bid)
will cause all the proposals with the Bidder’s participation to be disqualified.
This shall be without prejudice to any applicable criminal, civil and
administrative penalties that may be imposed upon the persons and entities
concerned.
25
15. Bid Prices
15.1. The Bidder shall complete the appropriate Schedule of Prices included herein,
stating the unit prices, total price per item, the total amount and the expected
countries of origin of the Goods to be supplied under this Project.
15.2. The Bidder shall fill in rates and prices for all items of the Goods described in
the Schedule of Prices. Bids not addressing or providing all of the required
items in the Bidding Documents including, where applicable, Schedule of
Prices, shall be considered non-responsive and, thus, automatically disqualified.
In this regard, where a required item is provided, but no price is indicated, the
same shall be considered as non-responsive, but specifying a zero (0) or a dash
(-) for the said item would mean that it is being offered for free to the
Government, except those required by law or regulations to be accomplished.
15.3. The terms Ex Works (EXW), Cost, Insurance and Freight (CIF), Cost and
Insurance Paid to (CIP), Delivered Duty Paid (DDP), and other trade terms used
to describe the obligations of the parties, shall be governed by the rules
prescribed in the current edition of the International Commercial Terms
(INCOTERMS) published by the International Chamber of Commerce, Paris.
15.4. Prices indicated on the Price Schedule shall be entered separately in the
following manner:
(a) For Goods offered from within the Procuring Entity’s country:
(i) The price of the Goods quoted EXW (ex works, ex factory, ex
warehouse, ex showroom, or off-the-shelf, as applicable);
(ii) The cost of all customs duties and sales and other taxes already
paid or payable;
(iii) The cost of transportation, insurance, and other costs incidental
to delivery of the Goods to their final destination; and
(iv) The price of other (incidental) services, if any, listed in the BDS.
(b) For Goods offered from abroad:
(i) Unless otherwise stated in the BDS, the price of the Goods shall
be quoted DDP with the place of destination in the Philippines
as specified in the BDS. In quoting the price, the Bidder shall be
free to use transportation through carriers registered in any
eligible country. Similarly, the Bidder may obtain insurance
services from any eligible source country.
(ii) The price of other (incidental) services, if any, listed in the BDS.
(c) For Services, based on the form which may be prescribed by the
Procuring Entity, in accordance with existing laws, rules and regulations
26
15.5. Prices quoted by the Bidder shall be fixed during the Bidder’s performance of
the contract and not subject to variation or price escalation on any account. A
bid submitted with an adjustable price quotation shall be treated as non-
responsive and shall be rejected, pursuant to ITB Clause 24.
All bid prices for the given scope of work in the contract as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances. Upon the
recommendation of the Procuring Entity, price escalation may be allowed in
extraordinary circumstances as may be determined by the National Economic
and Development Authority in accordance with the Civil Code of the
Philippines, and upon approval by the GPPB. Nevertheless, in cases where the
cost of the awarded contract is affected by any applicable new laws, ordinances,
regulations, or other acts of the GOP, promulgated after the date of bid opening,
a contract price adjustment shall be made or appropriate relief shall be applied
on a no loss-no gain basis.
16. Bid Currencies
16.1. Prices shall be quoted in the following currencies:
(a) For Goods that the Bidder will supply from within the Philippines, the
prices shall be quoted in Philippine Pesos.
(b) For Goods that the Bidder will supply from outside the Philippines, the
prices may be quoted in the currency(ies) stated in the BDS. However,
for purposes of bid evaluation, bids denominated in foreign currencies
shall be converted to Philippine currency based on the exchange rate as
published in the Bangko Sentral ng Pilipinas (BSP) reference rate
bulletin on the day of the bid opening.
16.2. If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for
purposes of bid evaluation and comparing the bid prices will convert the
amounts in various currencies in which the bid price is expressed to Philippine
Pesos at the foregoing exchange rates.
16.3. Unless otherwise specified in the BDS, payment of the contract price shall be
made in Philippine Pesos.
17. Bid Validity
17.1. Bids shall remain valid for the period specified in the BDS which shall not
exceed one hundred twenty (120) calendar days from the date of the opening of
bids.
17.2. In exceptional circumstances, prior to the expiration of the bid validity period,
the Procuring Entity may request Bidders to extend the period of validity of
their bids. The request and the responses shall be made in writing. The bid
security described in ITB Clause 18 should also be extended corresponding to
the extension of the bid validity period at the least. A Bidder may refuse the
request without forfeiting its bid security, but his bid shall no longer be
27
considered for further evaluation and award. A Bidder granting the request shall
not be required or permitted to modify its bid.
18. Bid Security
18.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security
in the amount stated in the BDS, which shall be not less than the percentage of
the ABC in accordance with the following schedule:
Form of Bid Security
Amount of Bid Security
(Not Less than the Percentage of the
ABC)
(a) Cash or cashier’s/manager’s
check issued by a Universal or
Commercial Bank.
For biddings conducted by
LGUs, the Cashier’s/Manager’s
Check may be issued by other
banks certified by the BSP as
authorized to issue such financial
instrument.
Two percent (2%)
(b) Bank draft/guarantee or
irrevocable letter of credit issued
by a Universal or Commercial
Bank: Provided, however, that it
shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.
For biddings conducted by
LGUs, Bank Draft/Guarantee, or
Irrevocable Letter of Credit may
be issued by other banks certified
by the BSP as authorized to issue
such financial instrument.
(c) Surety bond callable upon
demand issued by a surety or
insurance company duly certified
by the Insurance Commission as
authorized to issue such security.
Five percent (5%)
The Bid Securing Declaration mentioned above is an undertaking which states,
among others, that the Bidder shall enter into contract with the procuring entity
and furnish the performance security required under ITB Clause 33.2, within
ten (10) calendar days from receipt of the Notice of Award, and commits to pay
the corresponding amount as fine, and be suspended for a period of time from
28
being qualified to participate in any government procurement activity in the
event it violates any of the conditions stated therein as provided in the guidelines
issued by the GPPB.
18.2. The bid security should be valid for the period specified in the BDS. Any bid
not accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.
18.3. No bid securities shall be returned to Bidders after the opening of bids and
before contract signing, except to those that failed or declared as post-
disqualified, upon submission of a written waiver of their right to file a request
for reconsideration and/or protest, or upon the lapse of the reglementary period
to file a request for reconsideration or protest. Without prejudice on its
forfeiture, bid securities shall be returned only after the Bidder with the Lowest
Calculated Responsive Bid (LCRB) has signed the contract and furnished the
performance security, but in no case later than the expiration of the bid security
validity period indicated in ITB Clause 18.2.
18.4. Upon signing and execution of the contract pursuant to ITB Clause 32, and the
posting of the performance security pursuant to ITB Clause 33, the successful
Bidder’s bid security will be discharged, but in no case later than the bid security
validity period as indicated in the ITB Clause 18.2.
18.5. The bid security may be forfeited:
(a) if a Bidder:
(i) withdraws its bid during the period of bid validity specified in
ITB Clause 17;
(ii) does not accept the correction of errors pursuant to ITB Clause
28.3(b);
(iii) has a finding against the veracity of any of the documents
submitted as stated in ITB Clause 29.2;
(iv) submission of eligibility requirements containing false
information or falsified documents;
(v) submission of bids that contain false information or falsified
documents, or the concealment of such information in the bids
in order to influence the outcome of eligibility screening or any
other stage of the public bidding;
(vi) allowing the use of one’s name, or using the name of another for
purposes of public bidding;
(vii) withdrawal of a bid, or refusal to accept an award, or enter into
contract with the Government without justifiable cause, after the
Bidder had been adjudged as having submitted the LCRB;
29
(viii) refusal or failure to post the required performance security
within the prescribed time;
(ix) refusal to clarify or validate in writing its bid during post-
qualification within a period of seven (7) calendar days from
receipt of the request for clarification;
(x) any documented attempt by a Bidder to unduly influence the
outcome of the bidding in his favor;
(xi) failure of the potential joint venture partners to enter into the
joint venture after the bid is declared successful; or
(xii) all other acts that tend to defeat the purpose of the competitive
bidding, such as habitually withdrawing from bidding,
submitting late Bids or patently insufficient bid, for at least three
(3) times within a year, except for valid reasons.
(b) if the successful Bidder:
(i) fails to sign the contract in accordance with ITB Clause 32; or
(ii) fails to furnish performance security in accordance with ITB
Clause 33.
19. Format and Signing of Bids
19.1. Bidders shall submit their bids through their duly authorized representative
using the appropriate forms provided in Section VIII. Bidding Forms on or
before the deadline specified in the ITB Clauses 21 in two (2) separate sealed
bid envelopes, and which shall be submitted simultaneously. The first shall
contain the technical component of the bid, including the eligibility
requirements under ITB Clause 12.1, and the second shall contain the financial
component of the bid. This shall also be observed for each lot in the case of lot
procurement.
19.2. Forms as mentioned in ITB Clause 19.1 must be completed without any
alterations to their format, and no substitute form shall be accepted. All blank
spaces shall be filled in with the information requested.
19.3. The Bidder shall prepare and submit an original of the first and second
envelopes as described in ITB Clauses 12 and 13. In addition, the Bidder shall
submit copies of the first and second envelopes. In the event of any discrepancy
between the original and the copies, the original shall prevail.
19.4. Each and every page of the Bid Form, including the Schedule of Prices, under
Section VIII hereof, shall be signed by the duly authorized representative/s of
the Bidder. Failure to do so shall be a ground for the rejection of the bid.
19.5. Any interlineations, erasures, or overwriting shall be valid only if they are
signed or initialed by the duly authorized representative/s of the Bidder.
30
20. Sealing and Marking of Bids
20.1. Bidders shall enclose their original eligibility and technical documents
described in ITB Clause 12 in one sealed envelope marked “ORIGINAL -
TECHNICAL COMPONENT”, and the original of their financial component
in another sealed envelope marked “ORIGINAL - FINANCIAL
COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL
BID”.
20.2. Each copy of the first and second envelopes shall be similarly sealed duly
marking the inner envelopes as “COPY NO. ___ - TECHNICAL
COMPONENT” and “COPY NO. ___ – FINANCIAL COMPONENT” and the
outer envelope as “COPY NO. ___”, respectively. These envelopes containing
the original and the copies shall then be enclosed in one single envelope.
20.3. The original and the number of copies of the Bid as indicated in the BDS shall
be typed or written in ink and shall be signed by the Bidder or its duly authorized
representative/s.
20.4. All envelopes shall:
(a) contain the name of the contract to be bid in capital letters;
(b) bear the name and address of the Bidder in capital letters;
(c) be addressed to the Procuring Entity’s BAC in accordance with ITB
Clause 1.1;
(d) bear the specific identification of this bidding process indicated in the
ITB Clause 1.10; and
(e) bear a warning “DO NOT OPEN BEFORE…” the date and time for the
opening of bids, in accordance with ITB Clause 21.
20.5. Bid envelopes that are not properly sealed and marked, as required in the
bidding documents, shall not be rejected, but the Bidder or its duly authorized
representative shall acknowledge such condition of the bid as submitted. The
BAC or the Procuring Entity shall assume no responsibility for the
misplacement of the contents of the improperly sealed or marked bid, or for its
premature opening.
D. Submission and Opening of Bids
21. Deadline for Submission of Bids
Bids must be received by the Procuring Entity’s BAC at the address and on or before
the date and time indicated in the BDS.
22. Late Bids
31
Any bid submitted after the deadline for submission and receipt of bids prescribed by
the Procuring Entity, pursuant to ITB Clause 21, shall be declared “Late” and shall not
be accepted by the Procuring Entity. The BAC shall record in the minutes of bid
submission and opening, the Bidder’s name, its representative and the time the late bid
was submitted.
23. Modification and Withdrawal of Bids
23.1. The Bidder may modify its bid after it has been submitted; provided that the
modification is received by the Procuring Entity prior to the deadline prescribed
for submission and receipt of bids. The Bidder shall not be allowed to retrieve
its original bid, but shall be allowed to submit another bid equally sealed and
properly identified in accordance with ITB Clause 20, linked to its original bid
marked as “TECHNICAL MODIFICATION” or “FINANCIAL
MODIFICATION” and stamped “received” by the BAC. Bid modifications
received after the applicable deadline shall not be considered and shall be
returned to the Bidder unopened.
23.2 A Bidder may, through a Letter of Withdrawal, withdraw its bid after it has been
submitted, for valid and justifiable reason; provided that the Letter of
Withdrawal is received by the Procuring Entity prior to the deadline prescribed
for submission and receipt of bids. The Letter of Withdrawal must be executed
by the duly authorized representative of the Bidder identified in the Omnibus
Sworn Statement, a copy of which should be attached to the letter.
23.3. Bids requested to be withdrawn in accordance with ITB Clause 23.1 shall be
returned unopened to the Bidders. A Bidder, who has acquired the bidding
documents, may also express its intention not to participate in the bidding
through a letter which should reach and be stamped by the BAC before the
deadline for submission and receipt of bids. A Bidder that withdraws its bid
shall not be permitted to submit another bid, directly or indirectly, for the same
contract.
23.4. No bid may be modified after the deadline for submission of bids. No bid may
be withdrawn in the interval between the deadline for submission of bids and
the expiration of the period of bid validity specified by the Bidder on the
Financial Bid Form. Withdrawal of a bid during this interval shall result in the
forfeiture of the Bidder’s bid security, pursuant to ITB Clause 18.5, and the
imposition of administrative, civil and criminal sanctions as prescribed by RA
9184 and its IRR.
24. Opening and Preliminary Examination of Bids
24.1. The BAC shall open the bids in public, immediately after the deadline for the
submission and receipt of bids, as specified in the BDS. In case the Bids cannot
be opened as scheduled due to justifiable reasons, the BAC shall take custody
of the Bids submitted and reschedule the opening of Bids on the next working
32
day or at the soonest possible time through the issuance of a Notice of
Postponement to be posted in the PhilGEPS website and the website of the
Procuring Entity concerned.
24.2. Unless otherwise specified in the BDS, the BAC shall open the first bid
envelopes and determine each Bidder’s compliance with the documents
prescribed in ITB Clause 12, using a non-discretionary “pass/fail” criterion. If
a Bidder submits the required document, it shall be rated “passed” for that
particular requirement. In this regard, bids that fail to include any requirement
or are incomplete or patently insufficient shall be considered as “failed”.
Otherwise, the BAC shall rate the said first bid envelope as “passed”.
24.3. Unless otherwise specified in the BDS, immediately after determining
compliance with the requirements in the first envelope, the BAC shall forthwith
open the second bid envelope of each remaining eligible bidder whose first bid
envelope was rated “passed”. The second envelope of each complying bidder
shall be opened within the same day. In case one or more of the requirements in
the second envelope of a particular bid is missing, incomplete or patently
insufficient, and/or if the submitted total bid price exceeds the ABC unless
otherwise provided in ITB Clause 13.2, the BAC shall rate the bid concerned
as “failed”. Only bids that are determined to contain all the bid requirements for
both components shall be rated “passed” and shall immediately be considered
for evaluation and comparison.
24.4. Letters of Withdrawal shall be read out and recorded during bid opening, and
the envelope containing the corresponding withdrawn bid shall be returned to
the Bidder unopened.
24.5. All members of the BAC who are present during bid opening shall initial every
page of the original copies of all bids received and opened.
24.6. In the case of an eligible foreign bidder as described in ITB Clause 5, the
following Class “A” Documents may be substituted with the appropriate
equivalent documents, if any, issued by the country of the foreign Bidder
concerned, which shall likewise be uploaded and maintained in the PhilGEPS
in accordance with Section 8.5.2 of the IRR:
(a) Registration certificate from the Securities and Exchange Commission
(SEC), Department of Trade and Industry (DTI) for sole proprietorship, or
CDA for cooperatives;
(b) Mayor’s/Business permit issued by the local government where the
principal place of business of the bidder is located; and
(c) Audited Financial Statements showing, among others, the prospective
bidder’s total and current assets and liabilities stamped “received” by the
Bureau of Internal Revenue or its duly accredited and authorized
institutions, for the preceding calendar year which should not be earlier than
two years from the date of bid submission.
33
24.7. Each partner of a joint venture agreement shall likewise submit the requirements
in ITB Clause 12.1(a)(i). Submission of documents required under ITB Clauses
12.1(a)(ii) to 12.1(a)(iii) by any of the joint venture partners constitutes
compliance.
24.8. The Procuring Entity shall prepare the minutes of the proceedings of the bid
opening that shall include, as a minimum: (a) names of Bidders, their bid price
(per lot, if applicable, and/or including discount, if any), bid security, findings
of preliminary examination, and whether there is a withdrawal or modification;
and (b) attendance sheet. The BAC members shall sign the abstract of bids as
read.
24.8 The bidders or their duly authorized representatives may attend the opening of
bids. The BAC shall ensure the integrity, security, and confidentiality of all
submitted bids. The Abstract of Bids as read and the minutes of the bid opening
shall be made available to the public upon written request and payment of a
specified fee to recover cost of materials.
24.9 To ensure transparency and accurate representation of the bid submission, the
BAC Secretariat shall notify in writing all bidders whose bids it has received
through its PhilGEPS-registered physical address or official e-mail address. The
notice shall be issued within seven (7) calendar days from the date of the bid
opening.
E. Evaluation and Comparison of Bids
25. Process to be Confidential
25.1. Members of the BAC, including its staff and personnel, as well as its Secretariat
and TWG, are prohibited from making or accepting any kind of communication
with any bidder regarding the evaluation of their bids until the issuance of the
Notice of Award, unless otherwise allowed in the case of ITB Clause 26.
25.2. Any effort by a bidder to influence the Procuring Entity in the Procuring Entity’s
decision in respect of bid evaluation, bid comparison or contract award will
result in the rejection of the Bidder’s bid.
26. Clarification of Bids
To assist in the evaluation, comparison, and post-qualification of the bids, the Procuring
Entity may ask in writing any Bidder for a clarification of its bid. All responses to
requests for clarification shall be in writing. Any clarification submitted by a Bidder in
respect to its bid and that is not in response to a request by the Procuring Entity shall
not be considered.
27. Domestic Preference
27.1. Unless otherwise stated in the BDS, the Procuring Entity will grant a margin of
preference for the purpose of comparison of bids in accordance with the
following:
34
(a) The preference shall be applied when the lowest Foreign Bid is lower
than the lowest bid offered by a Domestic Bidder.
(b) For evaluation purposes, the lowest Foreign Bid shall be increased by
fifteen percent (15%).
(c) In the event that the lowest bid offered by a Domestic Bidder does not
exceed the lowest Foreign Bid as increased, then the Procuring Entity
shall award the contract to the Domestic Bidder at the amount of the
lowest Foreign Bid.
(d) If the Domestic Bidder refuses to accept the award of contract at the
amount of the Foreign Bid within two (2) calendar days from receipt of
written advice from the BAC, the Procuring Entity shall award to the
bidder offering the Foreign Bid, subject to post-qualification and
submission of all the documentary requirements under these Bidding
Documents.
27.2. A Bidder may be granted preference as a Domestic Bidder subject to the
certification from the DTI that the Bidder is offering unmanufactured articles,
materials or supplies of the growth or production of the Philippines, or
manufactured articles, materials, or supplies manufactured or to be
manufactured in the Philippines substantially from articles, materials, or
supplies of the growth, production, or manufacture, as the case may be, of the
Philippines.
28. Detailed Evaluation and Comparison of Bids
28.1. The Procuring Entity will undertake the detailed evaluation and comparison of
bids which have passed the opening and preliminary examination of bids,
pursuant to ITB Clause 24, in order to determine the Lowest Calculated Bid.
28.2. The Lowest Calculated Bid shall be determined in two steps:
(a) The detailed evaluation of the financial component of the bids, to
establish the correct calculated prices of the bids; and
(b) The ranking of the total bid prices as so calculated from the lowest to
the highest. The bid with the lowest price shall be identified as the
Lowest Calculated Bid.
28.3. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of
all bids rated “passed,” using non-discretionary pass/fail criteria. The BAC shall
consider the following in the evaluation of bids:
(a) Completeness of the bid. Unless the BDS allows partial bids, bids not
addressing or providing all of the required items in the Schedule of
Requirements including, where applicable, Schedule of Prices, shall be
considered non-responsive and, thus, automatically disqualified. In this
regard, where a required item is provided, but no price is indicated, the
same shall be considered as non-responsive, but specifying a zero (0) or
35
a dash (-) for the said item would mean that it is being offered for free
to the Procuring Entity, except those required by law or regulations to
be provided for; and
(b) Arithmetical corrections. Consider computational errors and omissions
to enable proper comparison of all eligible bids. It may also consider
bid modifications. Any adjustment shall be calculated in monetary terms
to determine the calculated prices.
28.4. Based on the detailed evaluation of bids, those that comply with the above-
mentioned requirements shall be ranked in the ascending order of their total
calculated bid prices, as evaluated and corrected for computational errors,
discounts and other modifications, to identify the Lowest Calculated Bid. Total
calculated bid prices, as evaluated and corrected for computational errors,
discounts and other modifications, which exceed the ABC shall not be
considered, unless otherwise indicated in the BDS.
28.5. The Procuring Entity’s evaluation of bids shall be based on the bid price quoted
in the Bid Form, which includes the Schedule of Prices.
28.6. Bids shall be evaluated on an equal footing to ensure fair competition. For this
purpose, all bidders shall be required to include in their bids the cost of all taxes,
such as, but not limited to, value added tax (VAT), income tax, local taxes, and
other fiscal levies and duties which shall be itemized in the bid form and
reflected in the detailed estimates. Such bids, including said taxes, shall be the
basis for bid evaluation and comparison.
28.7. If so indicated pursuant to ITB Clause 1.2, Bids are being invited for individual
lots or for any combination thereof, provided that all Bids and combinations of
Bids shall be received by the same deadline and opened and evaluated
simultaneously so as to determine the Bid or combination of Bids offering the
lowest calculated cost to the Procuring Entity. Bid prices quoted shall
correspond to all items specified for each lot and to all quantities specified for
each item of a lot. Bid Security as required by ITB Clause 18 shall be submitted
for each contract (lot) separately. The basis for evaluation of lots is specified in
BDS Clause 28.3.
29. Post-Qualification
29.1. The BAC shall determine to its satisfaction whether the Bidder that is evaluated
as having submitted the Lowest Calculated Bid complies with and is responsive
to all the requirements and conditions specified in ITB Clauses 5, 12, and 13.
29.2. Within a non-extendible period of five (5) calendar days from receipt by the
bidder of the notice from the BAC that it submitted the Lowest Calculated Bid,
the Bidder shall submit its latest income and business tax returns filed and paid
through the BIR Electronic Filing and Payment System (eFPS) and other
appropriate licenses and permits required by law and stated in the BDS.
Failure to submit any of the post-qualification requirements on time, or a finding
against the veracity thereof, shall disqualify the bidder for award. Provided in
36
the event that a finding against the veracity of any of the documents submitted
is made, it shall cause the forfeiture of the bid security in accordance with
Section 69 of the IRR of RA 9184.
29.3. The determination shall be based upon an examination of the documentary
evidence of the Bidder’s qualifications submitted pursuant to ITB Clauses 12
and 13, as well as other information as the Procuring Entity deems necessary
and appropriate, using a non-discretionary “pass/fail” criterion, which shall be
completed within a period of twelve (12) calendar days.
29.4. If the BAC determines that the Bidder with the Lowest Calculated Bid passes
all the criteria for post-qualification, it shall declare the said bid as the LCRB,
and recommend to the HoPE the award of contract to the said Bidder at its
submitted price or its calculated bid price, whichever is lower.
29.5. A negative determination shall result in rejection of the Bidder’s Bid, in which
event the Procuring Entity shall proceed to the next Lowest Calculated Bid with
a fresh period to make a similar determination of that Bidder’s capabilities to
perform satisfactorily. If the second Bidder, however, fails the post
qualification, the procedure for post qualification shall be repeated for the
Bidder with the next Lowest Calculated Bid, and so on until the LCRB is
determined for recommendation for contract award.
29.6. Within a period not exceeding fifteen (15) calendar days from the determination
by the BAC of the LCRB and the recommendation to award the contract, the
HoPE or his duly authorized representative shall approve or disapprove the said
recommendation.
29.7. In the event of disapproval, which shall be based on valid, reasonable, and
justifiable grounds as provided for under Section 41 of the IRR of RA 9184, the
HoPE shall notify the BAC and the Bidder in writing of such decision and the
grounds for it. When applicable, the BAC shall conduct a post-qualification of
the Bidder with the next Lowest Calculated Bid. A request for reconsideration
may be filed by the bidder with the HoPE in accordance with Section 37.1.3 of
the IRR of RA 9184.
30. Reservation Clause
30.1. Notwithstanding the eligibility or post-qualification of a Bidder, the Procuring
Entity concerned reserves the right to review its qualifications at any stage of
the procurement process if it has reasonable grounds to believe that a
misrepresentation has been made by the said Bidder, or that there has been a
change in the Bidder’s capability to undertake the project from the time it
submitted its eligibility requirements. Should such review uncover any
misrepresentation made in the eligibility and bidding requirements, statements
or documents, or any changes in the situation of the Bidder which will affect its
capability to undertake the project so that it fails the preset eligibility or bid
evaluation criteria, the Procuring Entity shall consider the said Bidder as
ineligible and shall disqualify it from submitting a bid or from obtaining an
award or contract.
37
30.2. Based on the following grounds, the Procuring Entity reserves the right to reject
any and all bids, declare a Failure of Bidding at any time prior to the contract
award, or not to award the contract, without thereby incurring any liability, and
make no assurance that a contract shall be entered into as a result of the bidding:
(a) If there is prima facie evidence of collusion between appropriate public
officers or employees of the Procuring Entity, or between the BAC and
any of the Bidders, or if the collusion is between or among the bidders
themselves, or between a Bidder and a third party, including any act
which restricts, suppresses or nullifies or tends to restrict, suppress or
nullify competition;
(b) If the Procuring Entity’s BAC is found to have failed in following the
prescribed bidding procedures; or
(c) For any justifiable and reasonable ground where the award of the
contract will not redound to the benefit of the GOP as follows:
(i) If the physical and economic conditions have significantly
changed so as to render the project no longer economically,
financially or technically feasible as determined by the HoPE;
(ii) If the project is no longer necessary as determined by the HoPE;
and
(iii) If the source of funds for the project has been withheld or
reduced through no fault of the Procuring Entity.
30.3. In addition, the Procuring Entity may likewise declare a failure of bidding when:
(a) No bids are received;
(b) All prospective Bidders are declared ineligible;
(c) All bids fail to comply with all the bid requirements or fail post-
qualification; or
(d) The bidder with the LCRB refuses, without justifiable cause to accept
the award of contract, and no award is made in accordance with Section
40 of the IRR of RA 9184.
F. Award of Contract
31. Contract Award
31.1. Subject to ITB Clause 29, the HoPE or its duly authorized representative shall
award the contract to the Bidder whose bid has been determined to be the LCRB.
31.2. Prior to the expiration of the period of bid validity, the Procuring Entity shall
notify the successful Bidder in writing that its bid has been accepted, through a
Notice of Award duly received by the Bidder or its representative personally or
38
sent by registered mail or electronically, receipt of which must be confirmed in
writing within two (2) days by the Bidder with the LCRB and submitted
personally or sent by registered mail or electronically to the Procuring Entity.
31.3. Notwithstanding the issuance of the Notice of Award, award of contract shall
be subject to the following conditions:
(a) Submission of the following documents within ten (10) calendar days
from receipt of the Notice of Award:
(i) Valid JVA, if applicable; or
(ii) In the case of procurement by a Philippine Foreign Service
Office or Post, the PhilGEPS Registration Number of the
winning foreign Bidder;
(b) Posting of the performance security in accordance with ITB Clause 33;
(c) Signing of the contract as provided in ITB Clause 32; and
(d) Approval by higher authority, if required, as provided in Section 37.3 of
the IRR of RA 9184.
31.4. At the time of contract award, the Procuring Entity shall not increase or decrease
the quantity of goods originally specified in Section VI. Schedule of
Requirements.
32. Signing of the Contract
32.1. At the same time as the Procuring Entity notifies the successful Bidder that its
bid has been accepted, the Procuring Entity shall send the Contract Form to the
Bidder, which contract has been provided in the Bidding Documents,
incorporating therein all agreements between the parties.
32.2. Within ten (10) calendar days from receipt of the Notice of Award, the
successful Bidder shall post the required performance security, sign and date
the contract and return it to the Procuring Entity.
32.3. The Procuring Entity shall enter into contract with the successful Bidder within
the same ten (10) calendar day period provided that all the documentary
requirements are complied with.
32.4. The following documents shall form part of the contract:
(a) Contract Agreement;
(b) Bidding Documents;
(c) Winning bidder’s bid, including the Technical and Financial Proposals,
and all other documents/statements submitted (e.g., bidder’s response to
request for clarifications on the bid), including corrections to the bid, if
any, resulting from the Procuring Entity’s bid evaluation;
39
(d) Performance Security;
(e) Notice of Award of Contract; and
(f) Other contract documents that may be required by existing laws and/or
specified in the BDS.
33. Performance Security
33.1. To guarantee the faithful performance by the winning Bidder of its obligations
under the contract, it shall post a performance security within a maximum period
of ten (10) calendar days from the receipt of the Notice of Award from the
Procuring Entity and in no case later than the signing of the contract.
33.2. The Performance Security shall be denominated in Philippine Pesos and posted
in favor of the Procuring Entity in an amount not less than the percentage of the
total contract price in accordance with the following schedule:
Form of Performance Security
Amount of Performance Security
(Not less than the Percentage of the
Total Contract Price)
(a) Cash or cashier’s/manager’s
check issued by a Universal or
Commercial Bank.
For biddings conducted by the
LGUs, the Cashier’s/Manager’s
Check may be issued by other
banks certified by the BSP as
authorized to issue such
financial instrument.
Five percent (5%)
(b) Bank draft/guarantee or
irrevocable letter of credit issued
by a Universal or Commercial
Bank: Provided, however, that it
shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.
For biddings conducted by the
LGUs, the Bank Draft/
Guarantee or Irrevocable Letter
of Credit may be issued by other
banks certified by the BSP as
authorized to issue such
financial instrument.
40
(c) Surety bond callable upon
demand issued by a surety or
insurance company duly
certified by the Insurance
Commission as authorized to
issue such security.
Thirty percent (30%)
33.3. Failure of the successful Bidder to comply with the above-mentioned
requirement shall constitute sufficient ground for the annulment of the award
and forfeiture of the bid security, in which event the Procuring Entity shall have
a fresh period to initiate and complete the post qualification of the second
Lowest Calculated Bid. The procedure shall be repeated until the LCRB is
identified and selected for recommendation of contract award. However if no
Bidder passed post-qualification, the BAC shall declare the bidding a failure
and conduct a re-bidding with re-advertisement, if necessary.
34. Notice to Proceed
Within seven (7) calendar days from the date of approval of the contract by the
appropriate government approving authority, the Procuring Entity shall issue the Notice
to Proceed (NTP) together with a copy or copies of the approved contract to the
successful Bidder. All notices called for by the terms of the contract shall be effective
only at the time of receipt thereof by the successful Bidder.
35. Protest Mechanism
Decisions of the procuring entity at any stage of the procurement process may be
questioned in accordance with Section 55 of the IRR of RA 9184.
41
Section III. Bid Data Sheet
Notes on the Bid Data Sheet
Section III is intended to assist the Procuring Entity in providing the specific information in
relation to corresponding clauses in the ITB included in Section II, and has to be prepared
for each specific procurement.
The Procuring Entity should specify in the BDS information and requirements specific to
the circumstances of the Procuring Entity, the processing of the procurement, the applicable
rules regarding bid price and currency, and the bid evaluation criteria that will apply to the
bids. In preparing Section III, the following aspects should be checked:
(a) Information that specifies and complements provisions of Section II must be
incorporated.
(b) Amendments and/or supplements, if any, to provisions of Section II as necessitated
by the circumstances of the specific procurement, must also be incorporated.
For foreign-assisted projects, the Bid Data Sheet to be used is provided in Section IX-
Foreign-Assisted Projects.
42
Bid Data Sheet
ITB Clause
1.1 The Procuring Entity is the Department of Social Welfare and Development
MIMAROPA Region.
The name of the Contract is “Supply and Delivery of Various Food Items
for the Implementation of the Supplementary Feeding Program in Rizal,
Palawan”
The identification number of the Contract is Project ID No. DSWD4B-2019-
044
1.10 The lot(s) and reference is/are:
This bidding shall only have one (1) lot
2 The Funding Source is:
The Government of the Philippines (GOP) through the authorized
appropriations under the FY 2019 General Appropriations Act in the amount
of Three Million Three Hundred Eighty Thousand Five Hundred Twenty
Pesos Only (Php 3,380,520.00)
The name of the Project is: Supply and Delivery of Various Food Items for
the Implementation of the Supplementary Feeding Program in Rizal,
Palawan”
3.1 No further instructions.
5.1 No further instructions.
5.2 Foreign bidders, except those falling under ITB Clause 5.2(b), may not
participate in this Project.
5.4 The Bidder must have completed, within the period specified in the
Invitation to Bid and ITB Clause 12.1(a)(ii), The prospective bidder should
have completed at least two (2) similar contracts within five (5) years and
the aggregate contract amounts should be equivalent to at least 50% of the
Approved Budget for the Contract (ABC). The largest of these similar
contracts must be equivalent to at least 25% of the Approved Budget
Contract (ABC).
43
Bidders shall include in their bids:
1. a photocopy of Single Largest Completed Contract or Purchase
Order; and
2. the corresponding proof of completion which could either be:
(i) Certificate of Final Acceptance /Completion from the bidder’s
client or
(ii) Official Receipt of the bidder covering the full amount of the
contract.
Failure to submit a copy of the Single Largest Completed Contract with
proof of completion is a valid ground for disqualification of the bidder.
Similar contract shall refer to supply and delivery of various food items
7 No further instructions.
8.1 “Subcontracting is not allowed.”
8.2 “Not applicable”.
9.1 The Procuring Entity will hold a pre-bid conference for this Project on
September 13, 2019, Friday 1:30 P.M at DSWD 3rd Floor Conference Room
, 1680 F. T Benitez cor Malvar Sts, Malate, Manila
10.1 The Procuring Entity’s address is:
DSWD MIMAROPA Region
1680 F. T Benitez cor Malvar Sts.
Malate, Manila
Email Address: [email protected]
11.3 The terms and schedule of payment shall be on a progress billing report
submitted by the service provider and with prior approval and acceptance by
the DSWD.
The terms of payment shall be as follows:
44
Particulars Amount to be Paid
25 % of the total amount of
contract
25% of the total contract cost
50% of the total amount of
contract
25% of the total contract cost
75 % of the total amount of
contract
25% of the total contract cost
100% of the total amount of
contract
25% of the total contract cost
12.1(a) No further instructions.
12.1(a)(ii) The bidder’s SLCC similar to the contract to be bid should have been
completed within five years prior to the deadline for the submission and
receipt of bids.
13.1 “No additional requirements.”
13.1(b) No further instructions.
13.1(c) “No additional requirements.”
13.2 The ABC is Three Million Three Hundred Eighty Thousand Five Hundred
Twenty Pesos Only (Php 3,380,520.00). Any bid with a financial component
exceeding this amount shall not be accepted.
15.1 The bidder shall fill in the necessary information and round off rates and
prices to the nearest two decimal points.
15.4(a)(iv) “No incidental services are required.”
15.4(b) “No incidental services are required.”
16.1(b) Not applicable
16.3 “Not applicable”
17.1 Bids will be valid within 120 calendar days.
18.1 The bid security shall be in the form of a Bid Securing Declaration, or any
of the following forms and amounts:
1. The amount of not less than Php 67,610.40[ 2% of ABC], if bid security
is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable
letter of credit; or
45
2. The amount of not less than Php 169,026.00 [5% of ABC] if bid security
is in Surety Bond.
18.2 The bid security shall be valid within 120 calendar days.
20.3 Each Bidder shall submit one (1) original and two (2) copies of the first and
second components of its bid.
21 The address for submission of bids is
DSWD MIMAROPA Region
Bids and Awards Committee,
1680 F. T Benitez cor Malvar Sts, Malate, Manila.
The deadline for submission of bids is September 25, 2019 , Wednesday 1:30
P.M.
24.1 The place of bid opening is DSWD MIMAROPA Conference Room, 3rd
Floor, 1680 F. T Benitez cor Malvar Sts, Malate, Manila.
The date and time of bid opening is September 25, 2019 , Wednesday 2:00
P.M.
24.2 No further instructions.
24.3 No further instructions.
27.1 No further instructions.
28.3 (a) Partial bid is not allowed. The goods are grouped in a single lot and the lot
shall not be divided into sub-lots for the purpose of bidding, evaluation, and
contract award.
28.4 No further instructions.
29.2 The following shall be submitted in addition to those specified under Section
29.2 of the GCC:
1. Latest Income and Business Tax Returns , filed and paid through the
Electronic Filing and Payments System (EFPS), consisting of the
following:
2. Certificate of Availability of the Products/Items
32.4(f) “No additional requirement.”
46
Section IV. General Conditions of Contract
Notes on the General Conditions of Contract
The GCC in Section IV, read in conjunction with the SCC in Section V and other documents
listed therein, should be a complete document expressing all the rights and obligations of the
parties.
The GCC herein shall not be altered. Any changes and complementary information, which
may be needed, shall be introduced only through the SCC in Section V.
47
TABLE OF CONTENTS
1. DEFINITIONS ............................................................................................ 49
2. CORRUPT, FRAUDULENT, COLLUSIVE, AND COERCIVE
PRACTICES .............................................................................................. 50
3. INSPECTION AND AUDIT BY THE FUNDING SOURCE ................................. 51
4. GOVERNING LAW AND LANGUAGE .......................................................... 51
5. NOTICES .................................................................................................. 51
6. SCOPE OF CONTRACT .............................................................................. 52
7. SUBCONTRACTING ................................................................................... 52
8. PROCURING ENTITY’S RESPONSIBILITIES ............................................... 52
9. PRICES ..................................................................................................... 52
10. PAYMENT ................................................................................................. 53
11. ADVANCE PAYMENT AND TERMS OF PAYMENT ....................................... 53
12. TAXES AND DUTIES .................................................................................. 54
13. PERFORMANCE SECURITY ....................................................................... 54
14. USE OF CONTRACT DOCUMENTS AND INFORMATION .............................. 55
15. STANDARDS ............................................................................................. 55
16. INSPECTION AND TESTS ........................................................................... 55
17. WARRANTY ............................................................................................. 56
18. DELAYS IN THE SUPPLIER’S PERFORMANCE ........................................... 57
19. LIQUIDATED DAMAGES ........................................................................... 57
20. SETTLEMENT OF DISPUTES ...................................................................... 58
21. LIABILITY OF THE SUPPLIER ................................................................... 58
22. FORCE MAJEURE ..................................................................................... 58
23. TERMINATION FOR DEFAULT .................................................................. 59
24. TERMINATION FOR INSOLVENCY ............................................................. 60
25. TERMINATION FOR CONVENIENCE .......................................................... 60
26. TERMINATION FOR UNLAWFUL ACTS ..................................................... 60
27. PROCEDURES FOR TERMINATION OF CONTRACTS .................................. 61
28. ASSIGNMENT OF RIGHTS ......................................................................... 62
48
29. CONTRACT AMENDMENT ........................................................................ 62
30. APPLICATION........................................................................................... 62
49
1. Definitions
1.1. In this Contract, the following terms shall be interpreted as indicated:
(a) “The Contract” means the agreement entered into between the Procuring
Entity and the Supplier, as recorded in the Contract Form signed by the
parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
(b) “The Contract Price” means the price payable to the Supplier under the
Contract for the full and proper performance of its contractual
obligations.
(c) “The Goods” means all of the supplies, equipment, machinery, spare
parts, other materials and/or general support services which the Supplier
is required to provide to the Procuring Entity under the Contract.
(d) “The Services” means those services ancillary to the supply of the
Goods, such as transportation and insurance, and any other incidental
services, such as installation, commissioning, provision of technical
assistance, training, and other such obligations of the Supplier covered
under the Contract.
(e) “GCC” means the General Conditions of Contract contained in this
Section.
(f) “SCC” means the Special Conditions of Contract.
(g) “The Procuring Entity” means the organization purchasing the Goods,
as named in the SCC.
(h) “The Procuring Entity’s country” is the Philippines.
(i) “The Supplier” means the individual contractor, manufacturer
distributor, or firm supplying/manufacturing the Goods and Services
under this Contract and named in the SCC.
(j) The “Funding Source” means the organization named in the SCC.
(k) “The Project Site,” where applicable, means the place or places named
in the SCC.
(l) “Day” means calendar day.
(m) The “Effective Date” of the contract will be the date of signing the
contract, however the Supplier shall commence performance of its
obligations only upon receipt of the Notice to Proceed and copy of the
approved contract.
(n) “Verified Report” refers to the report submitted by the Implementing
Unit to the HoPE setting forth its findings as to the existence of grounds
50
or causes for termination and explicitly stating its recommendation for
the issuance of a Notice to Terminate.
2. Corrupt, Fraudulent, Collusive, and Coercive Practices
2.1. Unless otherwise provided in the SCC, the Procuring Entity as well as the
bidders, contractors, or suppliers shall observe the highest standard of ethics
during the procurement and execution of this Contract. In pursuance of this
policy, the Procuring Entity:
(a) defines, for the purposes of this provision, the terms set forth below as
follows:
(i) "corrupt practice" means behavior on the part of officials in the
public or private sectors by which they improperly and
unlawfully enrich themselves, others, or induce others to do so,
by misusing the position in which they are placed, and it includes
the offering, giving, receiving, or soliciting of anything of value
to influence the action of any such official in the procurement
process or in contract execution; entering, on behalf of the
Government, into any contract or transaction manifestly and
grossly disadvantageous to the same, whether or not the public
officer profited or will profit thereby, and similar acts as
provided in Republic Act 3019.
(ii) "fraudulent practice" means a misrepresentation of facts in order
to influence a procurement process or the execution of a contract
to the detriment of the Procuring Entity, and includes collusive
practices among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial, non-competitive
levels and to deprive the Procuring Entity of the benefits of free
and open competition.
(iii) “collusive practices” means a scheme or arrangement between
two or more Bidders, with or without the knowledge of the
Procuring Entity, designed to establish bid prices at artificial,
non-competitive levels.
(iv) “coercive practices” means harming or threatening to harm,
directly or indirectly, persons, or their property to influence their
participation in a procurement process, or affect the execution of
a contract;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing
of evidence material to an administrative proceedings or
investigation or making false statements to investigators
in order to materially impede an administrative
proceedings or investigation of the Procuring Entity or
any foreign government/foreign or international
51
financing institution into allegations of a corrupt,
fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters
relevant to the administrative proceedings or
investigation or from pursuing such proceedings or
investigation; or
(bb) acts intended to materially impede the exercise of the
inspection and audit rights of the Procuring Entity or any
foreign government/foreign or international financing
institution herein.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in any of the practices mentioned
in this Clause for purposes of competing for the contract.
2.2. Further the Funding Source, Borrower or Procuring Entity, as appropriate, will
seek to impose the maximum civil, administrative and/or criminal penalties
available under the applicable law on individuals and organizations deemed to
be involved with any of the practices mentioned in GCC Clause 2.1(a).
3. Inspection and Audit by the Funding Source
The Supplier shall permit the Funding Source to inspect the Supplier’s accounts and
records relating to the performance of the Supplier and to have them audited by auditors
appointed by the Funding Source, if so required by the Funding Source.
4. Governing Law and Language
4.1. This Contract shall be interpreted in accordance with the laws of the Republic
of the Philippines.
4.2. This Contract has been executed in the English language, which shall be the
binding and controlling language for all matters relating to the meaning or
interpretation of this Contract. All correspondence and other documents
pertaining to this Contract exchanged by the parties shall be written in English.
5. Notices
5.1. Any notice, request, or consent required or permitted to be given or made
pursuant to this Contract shall be in writing. Any such notice, request, or
consent shall be deemed to have been given or made when received by the
concerned party, either in person or through an authorized representative of the
Party to whom the communication is addressed, or when sent by registered mail,
telex, telegram, or facsimile to such Party at the address specified in the SCC,
which shall be effective when delivered and duly received or on the notice’s
effective date, whichever is later.
52
5.2. A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SCC for GCC
Clause 5.1.
6. Scope of Contract
6.1. The Goods and Related Services to be provided shall be as specified in Section
VI. Schedule of Requirements.
6.2. This Contract shall include all such items, although not specifically mentioned,
that can be reasonably inferred as being required for its completion as if such
items were expressly mentioned herein. Any additional requirements for the
completion of this Contract shall be provided in the SCC.
7. Subcontracting
7.1. Subcontracting of any portion of the Goods, if allowed in the BDS, does not
relieve the Supplier of any liability or obligation under this Contract. The
Supplier will be responsible for the acts, defaults, and negligence of any
subcontractor, its agents, servants or workmen as fully as if these were the
Supplier’s own acts, defaults, or negligence, or those of its agents, servants or
workmen.
7.2. If subcontracting is allowed, the Supplier may identify its subcontractor during
contract implementation. Subcontractors disclosed and identified during the
bidding may be changed during the implementation of this Contract. In either
case, subcontractors must submit the documentary requirements under ITB
Clause 12 and comply with the eligibility criteria specified in the BDS. In the
event that any subcontractor is found by the Procuring Entity to be ineligible,
the subcontracting of such portion of the Goods shall be disallowed.
8. Procuring Entity’s Responsibilities
8.1. Whenever the performance of the obligations in this Contract requires that the
Supplier obtain permits, approvals, import, and other licenses from local public
authorities, the Procuring Entity shall, if so needed by the Supplier, make its
best effort to assist the Supplier in complying with such requirements in a timely
and expeditious manner.
8.2. The Procuring Entity shall pay all costs involved in the performance of its
responsibilities in accordance with GCC Clause 6.
9. Prices
9.1. For the given scope of work in this Contract as awarded, all bid prices are
considered fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances and upon
prior approval of the GPPB in accordance with Section 61 of R.A. 9184 and its
IRR or except as provided in this Clause.
53
9.2. Prices charged by the Supplier for Goods delivered and/or services performed
under this Contract shall not vary from the prices quoted by the Supplier in its
bid, with the exception of any change in price resulting from a Change Order
issued in accordance with GCC Clause 29.
10. Payment
10.1. Payments shall be made only upon a certification by the HoPE to the effect that
the Goods have been rendered or delivered in accordance with the terms of this
Contract and have been duly inspected and accepted. Except with the prior
approval of the President no payment shall be made for services not yet rendered
or for supplies and materials not yet delivered under this Contract. Ten percent
(10%) of the amount of each payment shall be retained by the Procuring Entity
to cover the Supplier’s warranty obligations under this Contract as described in
GCC Clause 17.
10.2. The Supplier’s request(s) for payment shall be made to the Procuring Entity in
writing, accompanied by an invoice describing, as appropriate, the Goods
delivered and/or Services performed, and by documents submitted pursuant to
the SCC provision for GCC Clause 6.2, and upon fulfillment of other
obligations stipulated in this Contract.
10.3. Pursuant to GCC Clause 10.2, payments shall be made promptly by the
Procuring Entity, but in no case later than sixty (60) days after submission of an
invoice or claim by the Supplier. Payments shall be in accordance with the
schedule stated in the SCC.
10.4. Unless otherwise provided in the SCC, the currency in which payment is made
to the Supplier under this Contract shall be in Philippine Pesos.
10.5. Unless otherwise provided in the SCC, payments using Letter of Credit (LC),
in accordance with the Guidelines issued by the GPPB, is allowed. For this
purpose, the amount of provisional sum is indicated in the SCC. All charges for
the opening of the LC and/or incidental expenses thereto shall be for the account
of the Supplier.
11. Advance Payment and Terms of Payment
11.1. Advance payment shall be made only after prior approval of the President, and
shall not exceed fifteen percent (15%) of the Contract amount, unless otherwise
directed by the President or in cases allowed under Annex “D” of RA 9184.
11.2. All progress payments shall first be charged against the advance payment until
the latter has been fully exhausted.
11.3. For Goods supplied from abroad, unless otherwise indicated in the SCC, the
terms of payment shall be as follows:
(a) On Contract Signature: Fifteen Percent (15%) of the Contract Price shall
be paid within sixty (60) days from signing of the Contract and upon
submission of a claim and a bank guarantee for the equivalent amount
54
valid until the Goods are delivered and in the form provided in Section
VIII. Bidding Forms.
(b) On Delivery: Sixty-five percent (65%) of the Contract Price shall be paid
to the Supplier within sixty (60) days after the date of receipt of the
Goods and upon submission of the documents (i) through (vi) specified
in the SCC provision on Delivery and Documents.
(c) On Acceptance: The remaining twenty percent (20%) of the Contract
Price shall be paid to the Supplier within sixty (60) days after the date
of submission of the acceptance and inspection certificate for the
respective delivery issued by the Procuring Entity’s authorized
representative. In the event that no inspection or acceptance certificate
is issued by the Procuring Entity’s authorized representative within forty
five (45) days of the date shown on the delivery receipt, the Supplier
shall have the right to claim payment of the remaining twenty percent
(20%) subject to the Procuring Entity’s own verification of the reason(s)
for the failure to issue documents (vii) and (viii) as described in the SCC
provision on Delivery and Documents.
12. Taxes and Duties
The Supplier, whether local or foreign, shall be entirely responsible for all the necessary
taxes, stamp duties, license fees, and other such levies imposed for the completion of
this Contract.
13. Performance Security
13.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any the
forms prescribed in the ITB Clause 33.2.
13.2. The performance security posted in favor of the Procuring Entity shall be
forfeited in the event it is established that the winning bidder is in default in any
of its obligations under the contract.
13.3. The performance security shall remain valid until issuance by the Procuring
Entity of the Certificate of Final Acceptance.
13.4. The performance security may be released by the Procuring Entity and returned
to the Supplier after the issuance of the Certificate of Final Acceptance subject
to the following conditions:
(a) There are no pending claims against the Supplier or the surety company
filed by the Procuring Entity;
(b) The Supplier has no pending claims for labor and materials filed against
it; and
55
(c) Other terms specified in the SCC.
13.5. In case of a reduction of the contract value, the Procuring Entity shall allow a
proportional reduction in the original performance security, provided that any
such reduction is more than ten percent (10%) and that the aggregate of such
reductions is not more than fifty percent (50%) of the original performance
security.
14. Use of Contract Documents and Information
14.1. The Supplier shall not, except for purposes of performing the obligations in this
Contract, without the Procuring Entity’s prior written consent, disclose this
Contract, or any provision thereof, or any specification, plan, drawing, pattern,
sample, or information furnished by or on behalf of the Procuring Entity. Any
such disclosure shall be made in confidence and shall extend only as far as may
be necessary for purposes of such performance.
14.2. Any document, other than this Contract itself, enumerated in GCC Clause 14.1
shall remain the property of the Procuring Entity and shall be returned (all
copies) to the Procuring Entity on completion of the Supplier’s performance
under this Contract if so required by the Procuring Entity.
15. Standards
The Goods provided under this Contract shall conform to the standards mentioned in
the
Section VII. Technical Specifications; and, when no applicable standard is mentioned,
to the authoritative standards appropriate to the Goods’ country of origin. Such
standards shall be the latest issued by the institution concerned.
16. Inspection and Tests
16.1. The Procuring Entity or its representative shall have the right to inspect and/or
to test the Goods to confirm their conformity to the Contract specifications at
no extra cost to the Procuring Entity. The SCC and
16.2.
16.3.
16.4.
16.5.
56
16.6.
16.7.
16.8.
16.9. Section VII. Technical Specifications shall specify what inspections and/or tests
the Procuring Entity requires and where they are to be conducted. The
Procuring Entity shall notify the Supplier in writing, in a timely manner, of the
identity of any representatives retained for these purposes.
16.10. If applicable, the inspections and tests may be conducted on the premises of the
Supplier or its subcontractor(s), at point of delivery, and/or at the goods’ final
destination. If conducted on the premises of the Supplier or its subcontractor(s),
all reasonable facilities and assistance, including access to drawings and
production data, shall be furnished to the inspectors at no charge to the
Procuring Entity. The Supplier shall provide the Procuring Entity with results
of such inspections and tests.
16.11. The Procuring Entity or its designated representative shall be entitled to attend
the tests and/or inspections referred to in this Clause provided that the Procuring
Entity shall bear all of its own costs and expenses incurred in connection with
such attendance including, but not limited to, all traveling and board and lodging
expenses.
16.12. The Procuring Entity may reject any Goods or any part thereof that fail to pass
any test and/or inspection or do not conform to the specifications. The Supplier
shall either rectify or replace such rejected Goods or parts thereof or make
alterations necessary to meet the specifications at no cost to the Procuring
Entity, and shall repeat the test and/or inspection, at no cost to the Procuring
Entity, upon giving a notice pursuant to GCC Clause 5.
16.13. The Supplier agrees that neither the execution of a test and/or inspection of the
Goods or any part thereof, nor the attendance by the Procuring Entity or its
representative, shall release the Supplier from any warranties or other
obligations under this Contract.
17. Warranty
17.1. The Supplier warrants that the Goods supplied under the Contract are new,
unused, of the most recent or current models, and that they incorporate all recent
improvements in design and materials, except when the technical specifications
required by the Procuring Entity provides otherwise.
17.2. The Supplier further warrants that all Goods supplied under this Contract shall
have no defect, arising from design, materials, or workmanship or from any act
or omission of the Supplier that may develop under normal use of the supplied
Goods in the conditions prevailing in the country of final destination.
17.3. In order to assure that manufacturing defects shall be corrected by the Supplier,
a warranty shall be required from the Supplier for a minimum period specified
57
in the SCC. The obligation for the warranty shall be covered by, at the
Supplier’s option, either retention money in an amount equivalent to at least one
percent (1%) of every progress payment, or a special bank guarantee equivalent
to at least one percent (1%) of the total Contract Price or other such amount if
so specified in the SCC. The said amounts shall only be released after the lapse
of the warranty period specified in the SCC; provided, however, that the
Supplies delivered are free from patent and latent defects and all the conditions
imposed under this Contract have been fully met.
17.4. The Procuring Entity shall promptly notify the Supplier in writing of any claims
arising under this warranty. Upon receipt of such notice, the Supplier shall,
within the period specified in the SCC and with all reasonable speed, repair or
replace the defective Goods or parts thereof, without cost to the Procuring
Entity.
17.5. If the Supplier, having been notified, fails to remedy the defect(s) within the
period specified in GCC Clause 17.4, the Procuring Entity may proceed to take
such remedial action as may be necessary, at the Supplier’s risk and expense
and without prejudice to any other rights which the Procuring Entity may have
against the Supplier under the Contract and under the applicable law.
18. Delays in the Supplier’s Performance
18.1. Delivery of the Goods and/or performance of Services shall be made by the
Supplier in accordance with the time schedule prescribed by the Procuring
Entity in Section VI. Schedule of Requirements.
18.2. If at any time during the performance of this Contract, the Supplier or its
Subcontractor(s) should encounter conditions impeding timely delivery of the
Goods and/or performance of Services, the Supplier shall promptly notify the
Procuring Entity in writing of the fact of the delay, its likely duration and its
cause(s). As soon as practicable after receipt of the Supplier’s notice, and upon
causes provided for under GCC Clause 22, the Procuring Entity shall evaluate
the situation and may extend the Supplier’s time for performance, in which case
the extension shall be ratified by the parties by amendment of Contract.
18.3. Except as provided under GCC Clause 22, a delay by the Supplier in the
performance of its obligations shall render the Supplier liable to the imposition
of liquidated damages pursuant to GCC Clause 19, unless an extension of time
is agreed upon pursuant to GCC Clause 29 without the application of liquidated
damages.
19. Liquidated Damages
Subject to GCC Clauses 18 and 22, if the Supplier fails to satisfactorily deliver any or
all of the Goods and/or to perform the Services within the period(s) specified in this
Contract inclusive of duly granted time extensions if any, the Procuring Entity shall,
without prejudice to its other remedies under this Contract and under the applicable
law, deduct from the Contract Price, as liquidated damages, the applicable rate of one
tenth (1/10) of one (1) percent of the cost of the unperformed portion for every day of
delay until actual delivery or performance. The maximum deduction shall be ten percent
58
(10%) of the amount of contract. Once the maximum is reached, the Procuring Entity
may rescind or terminate the Contract pursuant to GCC Clause 23, without prejudice
to other courses of action and remedies open to it.
20. Settlement of Disputes
20.1. If any dispute or difference of any kind whatsoever shall arise between the
Procuring Entity and the Supplier in connection with or arising out of this
Contract, the parties shall make every effort to resolve amicably such dispute or
difference by mutual consultation.
20.2. If after thirty (30) days, the parties have failed to resolve their dispute or
difference by such mutual consultation, then either the Procuring Entity or the
Supplier may give notice to the other party of its intention to commence
arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration
in respect of this matter may be commenced unless such notice is given.
20.3. Any dispute or difference in respect of which a notice of intention to commence
arbitration has been given in accordance with this Clause shall be settled by
arbitration. Arbitration may be commenced prior to or after delivery of the
Goods under this Contract.
20.4. In the case of a dispute between the Procuring Entity and the Supplier, the
dispute shall be resolved in accordance with Republic Act 9285 (“R.A. 9285”),
otherwise known as the “Alternative Dispute Resolution Act of 2004.”
20.5. Notwithstanding any reference to arbitration herein, the parties shall continue
to perform their respective obligations under the Contract unless they otherwise
agree; and the Procuring Entity shall pay the Supplier any monies due the
Supplier.
21. Liability of the Supplier
21.1. The Supplier’s liability under this Contract shall be as provided by the laws of
the Republic of the Philippines, subject to additional provisions, if any, set forth
in the SCC.
21.2. Except in cases of criminal negligence or willful misconduct, and in the case of
infringement of patent rights, if applicable, the aggregate liability of the
Supplier to the Procuring Entity shall not exceed the total Contract Price,
provided that this limitation shall not apply to the cost of repairing or replacing
defective equipment.
22. Force Majeure
22.1. The Supplier shall not be liable for forfeiture of its performance security,
liquidated damages, or termination for default if and to the extent that the
Supplier’s delay in performance or other failure to perform its obligations under
the Contract is the result of a force majeure.
59
22.2. For purposes of this Contract the terms “force majeure” and “fortuitous event”
may be used interchangeably. In this regard, a fortuitous event or force majeure
shall be interpreted to mean an event which the Supplier could not have
foreseen, or which though foreseen, was inevitable. It shall not include ordinary
unfavorable weather conditions; and any other cause the effects of which could
have been avoided with the exercise of reasonable diligence by the Supplier.
Such events may include, but not limited to, acts of the Procuring Entity in its
sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine
restrictions, and freight embargoes.
22.3. If a force majeure situation arises, the Supplier shall promptly notify the
Procuring Entity in writing of such condition and the cause thereof. Unless
otherwise directed by the Procuring Entity in writing, the Supplier shall
continue to perform its obligations under the Contract as far as is reasonably
practical, and shall seek all reasonable alternative means for performance not
prevented by the force majeure.
23. Termination for Default
23.1. The Procuring Entity shall terminate this Contract for default when any of the
following conditions attends its implementation:
(a) Outside of force majeure, the Supplier fails to deliver or perform any or
all of the Goods within the period(s) specified in the contract, or within
any extension thereof granted by the Procuring Entity pursuant to a
request made by the Supplier prior to the delay, and such failure amounts
to at least ten percent (10%) of the contact price;
(b) As a result of force majeure, the Supplier is unable to deliver or perform
any or all of the Goods, amounting to at least ten percent (10%) of the
contract price, for a period of not less than sixty (60) calendar days after
receipt of the notice from the Procuring Entity stating that the
circumstance of force majeure is deemed to have ceased; or
(c) The Supplier fails to perform any other obligation under the Contract.
23.2. In the event the Procuring Entity terminates this Contract in whole or in part,
for any of the reasons provided under GCC Clauses 23 to 26, the Procuring
Entity may procure, upon such terms and in such manner as it deems
appropriate, Goods or Services similar to those undelivered, and the Supplier
shall be liable to the Procuring Entity for any excess costs for such similar
Goods or Services. However, the Supplier shall continue performance of this
Contract to the extent not terminated.
23.3. In case the delay in the delivery of the Goods and/or performance of the Services
exceeds a time duration equivalent to ten percent (10%) of the specified contract
time plus any time extension duly granted to the Supplier, the Procuring Entity
may terminate this Contract, forfeit the Supplier's performance security and
award the same to a qualified Supplier.
60
24. Termination for Insolvency
The Procuring Entity shall terminate this Contract if the Supplier is declared bankrupt
or insolvent as determined with finality by a court of competent jurisdiction. In this
event, termination will be without compensation to the Supplier, provided that such
termination will not prejudice or affect any right of action or remedy which has accrued
or will accrue thereafter to the Procuring Entity and/or the Supplier.
25. Termination for Convenience
25.1. The Procuring Entity may terminate this Contract, in whole or in part, at any
time for its convenience. The HoPE may terminate a contract for the
convenience of the Government if he has determined the existence of conditions
that make Project Implementation economically, financially or technically
impractical and/or unnecessary, such as, but not limited to, fortuitous event(s)
or changes in law and national government policies.
25.2. The Goods that have been delivered and/or performed or are ready for delivery
or performance within thirty (30) calendar days after the Supplier’s receipt of
Notice to Terminate shall be accepted by the Procuring Entity at the contract
terms and prices. For Goods not yet performed and/or ready for delivery, the
Procuring Entity may elect:
(a) to have any portion delivered and/or performed and paid at the contract
terms and prices; and/or
(b) to cancel the remainder and pay to the Supplier an agreed amount for
partially completed and/or performed goods and for materials and parts
previously procured by the Supplier.
25.3. If the Supplier suffers loss in its initial performance of the terminated contract,
such as purchase of raw materials for goods specially manufactured for the
Procuring Entity which cannot be sold in open market, it shall be allowed to
recover partially from this Contract, on a quantum meruit basis. Before
recovery may be made, the fact of loss must be established under oath by the
Supplier to the satisfaction of the Procuring Entity before recovery may be
made.
26. Termination for Unlawful Acts
26.1. The Procuring Entity may terminate this Contract in case it is determined prima
facie that the Supplier has engaged, before or during the implementation of this
Contract, in unlawful deeds and behaviors relative to contract acquisition and
implementation. Unlawful acts include, but are not limited to, the following:
(a) Corrupt, fraudulent, and coercive practices as defined in ITB Clause
3.1(a);
(b) Drawing up or using forged documents;
61
(c) Using adulterated materials, means or methods, or engaging in
production contrary to rules of science or the trade; and
(d) Any other act analogous to the foregoing.
27. Procedures for Termination of Contracts
27.1. The following provisions shall govern the procedures for termination of this
Contract:
(a) Upon receipt of a written report of acts or causes which may constitute
ground(s) for termination as aforementioned, or upon its own initiative,
the Implementing Unit shall, within a period of seven (7) calendar days,
verify the existence of such ground(s) and cause the execution of a
Verified Report, with all relevant evidence attached;
(b) Upon recommendation by the Implementing Unit, the HoPE shall
terminate this Contract only by a written notice to the Supplier
conveying the termination of this Contract. The notice shall state:
(i) that this Contract is being terminated for any of the ground(s)
afore-mentioned, and a statement of the acts that constitute the
ground(s) constituting the same;
(ii) the extent of termination, whether in whole or in part;
(iii) an instruction to the Supplier to show cause as to why this
Contract should not be terminated; and
(iv) special instructions of the Procuring Entity, if any.
(c) The Notice to Terminate shall be accompanied by a copy of the Verified
Report;
(d) Within a period of seven (7) calendar days from receipt of the Notice of
Termination, the Supplier shall submit to the HoPE a verified position
paper stating why this Contract should not be terminated. If the Supplier
fails to show cause after the lapse of the seven (7) day period, either by
inaction or by default, the HoPE shall issue an order terminating this
Contract;
(e) The Procuring Entity may, at any time before receipt of the Supplier’s
verified position paper described in item (d) above withdraw the Notice
to Terminate if it is determined that certain items or works subject of the
notice had been completed, delivered, or performed before the
Supplier’s receipt of the notice;
(f) Within a non-extendible period of ten (10) calendar days from receipt of
the verified position paper, the HoPE shall decide whether or not to
terminate this Contract. It shall serve a written notice to the Supplier of
its decision and, unless otherwise provided, this Contract is deemed
terminated from receipt of the Supplier of the notice of decision. The
62
termination shall only be based on the ground(s) stated in the Notice to
Terminate;
(g) The HoPE may create a Contract Termination Review Committee
(CTRC) to assist him in the discharge of this function. All decisions
recommended by the CTRC shall be subject to the approval of the
HoPE; and
(h) The Supplier must serve a written notice to the Procuring Entity of its
intention to terminate the contract at least thirty (30) calendar days
before its intended termination. The Contract is deemed terminated if it
is not resumed in thirty (30) calendar days after the receipt of such notice
by the Procuring Entity.
28. Assignment of Rights
The Supplier shall not assign his rights or obligations under this Contract, in whole or
in part, except with the Procuring Entity’s prior written consent.
29. Contract Amendment
Subject to applicable laws, no variation in or modification of the terms of this Contract
shall be made except by written amendment signed by the parties.
30. Application
These General Conditions shall apply to the extent that they are not superseded by
provisions of other parts of this Contract.
63
Section V. Special Conditions of Contract
Notes on the Special Conditions of Contract
Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC.
The provisions of this Section complement the GCC, specifying contractual requirements
linked to the special circumstances of the Procuring Entity, the Procuring Entity’s country,
the sector, and the Goods purchased. In preparing this Section, the following aspects should
be checked:
(a) Information that complements provisions of Section IV must be incorporated.
(b) Amendments and/or supplements to provisions of Section IV, as necessitated by
the circumstances of the specific purchase, must also be incorporated.
However, no special condition which defeats or negates the general intent and purpose of
the provisions of Section IV should be incorporated herein.
For foreign-assisted projects, the Special Conditions of Contract to be used is provided in
Section IX-Foreign-Assisted Projects.
64
Special Conditions of Contract
GCC Clause
1.1(g) The Procuring Entity is DSWD MIMAROPA Region.
1.1(i) The Supplier is [to be inserted at the time of contract award].
1.1(j) The Funding Source is
The Government of the Philippines (GOP) through the authorized
appropriations under the FY 2019 General Appropriations Act in the
amount of Three Million Three Hundred Eighty Thousand Five
Hundred Twenty Pesos Only (Php 3,380,520.00)
1.1(k) The Project sites are defined in Section VI. Schedule of Requirements”
2.1 No further instructions.
5.1 The Procuring Entity’s address for Notices is:
Department of Social Welfare and Development MIMAROPA Region
Administrative Division
1680 F. T Benitez cor Malvar Sts. Malate, Manila
Tel No. (02) 336-8106 /8107 Local 111/101
Contact Person: Harvy B. Calabio
Administrative Officer V
Administrative Division
The Supplier’s address for Notices is: ________________________
6.2 “The delivery terms applicable to this Contract are delivered as stated
under Section VI Schedule of Requirements. Risk and title will pass
from the Supplier to the Procuring Entity upon receipt and final
acceptance of the Goods at their final destination.”
Delivery of the Goods shall be made by the Supplier in accordance with
the terms specified in Section VI. Schedule of Requirements. The
details of shipping and/or other documents to be furnished by the
Supplier are as follows:
65
Upon delivery of the Goods to the Project Site, the Supplier shall notify
the Procuring Entity and present the following documents to the
Procuring Entity:
(i) Original and four copies of the Supplier’s invoice showing
Goods’ description, quantity, unit price, and total amount;
(ii) Original and four copies delivery receipt/note, railway receipt,
or truck receipt;
(iii) Original and four copies of the Manufacturer’s and/or
Supplier’s warranty certificate;
(iv) Original and four copies of the certificate of origin (for
imported Goods);
(v) Delivery receipt detailing number and description of items
received signed by the authorized receiving personnel;
(vi) Certificate of Acceptance/Inspection Report signed by the
Procuring Entity’s representative at the Project Site; and
For purposes of this Clause the Procuring Entity’s Representative at the
Project Site is Mr. Mark Angelo Lorenzo
Incidental Services –
The Supplier is required to provide all of the following services,
including additional services, if any, specified in Section VI. Schedule
of Requirements:
(a) furnishing of a detailed operations and maintenance manual for
each appropriate unit of the supplied Goods;
(b) performance or supervision or maintenance and/or repair of the
supplied Goods, for a period of time agreed by the parties,
provided that this service shall not relieve the Supplier of any
warranty obligations under this Contract; and
The Contract price for the Goods shall include the prices charged by
the Supplier for incidental services and shall not exceed the prevailing
rates charged to other parties by the Supplier for similar services.
Packaging –
The Supplier shall provide such packaging of the Goods as is required
to prevent their damage or deterioration during transit to their final
destination, as indicated in this Contract. The packaging shall be
sufficient to withstand, without limitation, rough handling during
transit and exposure to extreme temperatures, salt and precipitation
during transit, and open storage. Packaging case size and weights shall
66
take into consideration, where appropriate, the remoteness of the
GOODS’ final destination and the absence of heavy handling facilities
at all points in transit.
Insurance –
The Goods supplied under this Contract shall be fully insured by the
Supplier in a freely convertible currency against loss or damage
incidental to manufacture or acquisition, transportation, storage, and
delivery. The Goods remain at the risk and title of the Supplier until
their final acceptance by the Procuring Entity.
Transportation –
Where the Supplier is required under this Contract to transport the
Goods to a specified place of destination within the Philippines, defined
as the Project Site, transport to such place of destination in the
Philippines, including insurance and storage, as shall be specified in
this Contract, shall be arranged by the Supplier, and related costs shall
be included in the Contract Price.
with GCC Clause 22.
The Procuring Entity accepts no liability for the damage of Goods
during transit other than those prescribed by INCOTERMS for DDP
Deliveries. In the case of Goods supplied from within the Philippines
or supplied by domestic Suppliers risk and title will not be deemed to
have passed to the Procuring Entity until their receipt and final
acceptance at the final destination.
10.4 “Not applicable”
10.5 Payment using LC is not allowed
11.3 “Maintain the GCC Clause.”
13.4(c) “No further instructions”.
16.1 The inspections and tests that will be conducted as stated in Section
VI- Schedule of Requirements
17.3 Three (3) months after acceptance by the Procuring Entity of the
delivered Goods or after the Goods are consumed, whichever is earlier.
17.4 The period for correction of defects in the warranty period is within 1
day for perishable goods and 1 week for non-perishable from receipt
of goods from supplier.
19 Subject to GCC Clause 18 and 22, if the Supplier fails to satisfactorily
deliver any or all of the Goods and/or perform the Services within the
67
period (s) specified in the Contract and under the applicable law,
deduct from the Contract Price as liquidated damages, the applicable
rate of one tenth (1/10) of one (1) percent of the cost of the
unperformed portion of everyday of delay until actual delivery or
performance. The maximum deduction shall be ten percent (10%) of
the amount of contract. Once the maximum is reached, the Procuring
Entity may rescind or terminate the Contract pursuant to GCC Clause
23, without prejudice to other courses of action and remedies open to
it.
The imposition of liquidated damages in all instances shall be
automatic except upon prior request for extension and approval thereof
by the Procuring Entity before the scheduled delivery date.
Any request for extension not acted upon before the delivery date shall
be considered denied.
21.1 “All partners to the joint venture shall be jointly and severally liable to
the Procuring Entity.”
69
Section VI. Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is
the date of delivery to the project site.
(Please see attached Annex A for the breakdown of deliveries per week)
ITEM
NO.
DESCRIPTION
QUANTITY
UNIT
Delivered
Weeks/Months
MEAT
1 Pork (Ground), fresh 1512 Kg
Within 15
Calendar Days
upon receipt of
Notice to Proceed.
Deliveries will be
every Monday for
120 Calendar
Days
2 Pork (Laman), fresh 216 Kg
3 Chicken, fresh, whole, adobo cut 3996 Kg
4 Egg, fresh, medium 55296 Pcs
VEGETABLE
5 Squash, fresh 2052 Kg
6 Carrots, fresh 864 Kg
7 Papaya (Hilaw), fresh 1080 Kg
8 Sayote, fresh 1080 Kg
9 Cabbage, fresh 324 Kg
10 Potato, fresh 756 Kg
11 Monggo, fresh, green 108 Kg
12 Green Peas, canned, 225grams/can 864 Can
13 Togue, fresh 648 Kg
14 Onion, fresh, red 226.8 Kg
15 Garlic, fresh 226.8 Kg
16 Banana (Saba), fresh, ripe 12960 Pcs
70
NOODLES
17 Lomi Noodles, pack, 1 kg/pack 648 Kg
18 Pasta Noodles, pack, 1 kg/pack 1728 Kg
19 Canton Noodles, pack, 1 kg/pack 864 Kg
20 Macaroni Pasta, pack, 1 kg/pack 864 Kg
BREAD
21 Loaf Bread, pack, regular sliced, 20
slices/pack, 450-500 g/pack 864 Pack
22 Buns, pack, big pieces, 6 pcs/pack 2160 pack
MILK
23 Evaporated Milk, evaporada, can, 370
ml 2592 Can
24 Milk Powder, pack, 900 g/pack 648 Pack
25 All Purpose Cream, pack, 250 ml 864 pack
26 Condensed Milk, condensada, can,
300 ml 864 Can
CANNED GOODS
27 Corned Tuna, can, 150 g 5184 Can
28 Corned Beef, can, 175 g 3024 Can
29 Sardines, can, 150-155 g 6912 Can
OTHERS
30 Soy Sauce, bottle, 1 liter/bottle 159.84 L
31 Fish Sauce (Patis), bottle, 1 liter/bottle 21.6 L
32 Vinegar, bottle, 1 liter/bottle 216 L
33 Tomato Sauce, pack, 1 liter/pack 1512 L
34 Ketchup, bottle, 1 liter/bottle 648 L
35 Oil, cooking, bottle, 1 liter/bottle 1710.72 L
36 Sugar, white, pack, 1 kg/pack 241.92 Kg
37 Brown Sugar, pack, 1 kg/pack 432 Kg
38 Margarine, container, 100 g/container 151.2 Kg
71
39 Flour, all-purpose, pack, 1 kg/pack 1123.2 Kg
40 Mayonnaise, container, 1 kg/container 108 Kg
41 Bread Crumbs, pack, 1 kg/pack 129.6 Kg
42 Niyog, pcs, fresh, good for gata, brown coconut
432 Pcs
43 Lumpia Wrapper, pack, large, 20pcs
per pack 1728 Kg
********nothing follows*******
*Delivery Site will be in the Municipal Compound of the Municipality of Rizal, Palawan
I hereby certify to comply and deliver all the above requirements.
__________________ ___________________________________ _______
Name of Company/Bidder Signature Over Printed Name of Representative Date
Annex A
72
DELIVERY SCHEDULE AND FOOD REQUIREMENT PER DELIVERY
SCHEDULE AREA OF
DELIVERY GOODS TO BE DELIVERED
WEEK 1
WEEK 5
WEEK 9
WEEK 13
WEEK 17
WEEK 21
MSWD
Offices /
LGU
Covered
Courts
Food Commodity Unit of
Measurement Quantity
Pork (Ground), fresh Kg 36
Chicken, fresh, whole, adobo cut Kg 288
Egg, fresh, medium Pc 2376
Squash, fresh Kg 162
Carrots, fresh Kg 36
Papaya (Hilaw), fresh Kg 72
Sayote, fresh Kg 36
Cabbage, fresh Kg 18
Garlic, fresh Kg 9.72
Onion, fresh, red Kg 9.72
Soy Sauce, bottle, 1 liter/bottle L 7.92
Fish Sauce (Patis), bottle, 1
liter/bottle L 3.6
Oil, cooking, bottle, 1 liter/bottle L 57.6
Flour, all-purpose, pack, 1 kg/pack Kg 108
Lomi Noodles, pack, 1 kg/pack Kg 108
Niyog, pcs, fresh, good for gata, brown coconut
Pcs 72
Sugar, white, pack, 1 kg/pack Kg 40.32
Margarine, container, 100 g/container Kg 18
Loaf Bread, pack, regular sliced, 20
slices/pack, 450-500 g/pack Pack 144
Bread Crumbs, pack, 1 kg/pack Kg 21.6
Corned Tuna, can, 150 g Can 432
Evaporated Milk, evaporada, can, 370
ml Can 72
Milk Powder, pack, 900 g/pack Pack 72
73
SCHEDULE AREA OF
DELIVERY
GOODS TO BE DELIVERED
Food Commodity Unit of
Measurement Quantity
WEEK 2
WEEK 6
WEEK 10
WEEK 14
WEEK 18
WEEK 22
MSWD
Offices /
LGU
Covered
Courts
Pork (Laman), fresh Kg 36
Pork (Ground), fresh Kg 90
Chicken, fresh, whole, adobo cut Kg 54
Egg, fresh, medium Pc 2880
Potato, fresh Kg 36
Carrots, fresh Kg 36
Squash, fresh Kg 144
Cabbage, fresh Kg 18
Papaya (Hilaw), fresh Kg 108
Garlic, fresh Kg 10.8
Onion, fresh, red Kg 8.64
Soy Sauce, bottle, 1 liter/bottle L 4.32
Tomato Sauce, pack, 1 liter/pack L 216
Ketchup, bottle, 1 liter/bottle L 36
Oil, cooking, bottle, 1 liter/bottle L 50.4
Corned Beef, can, 175 g Can 144
Sardines, can, 150-155 g Can 576
Pasta Noodles, pack, 1 kg/pack Kg 144
Macaroni Pasta, pack, 1 kg/pack Kg 144
Flour, all-purpose, pack, 1 kg/pack Kg 36
Evaporated Milk, evaporada, can,
370 ml Can 144
Condensed Milk, condensada, can,
300 ml Can 72
74
SCHEDULE AREA OF
DELIVERY
GOODS TO BE DELIVERED
Food Commodity Unit of
Measurement Quantity
WEEK 3
WEEK 7
WEEK 11
WEEK 15
WEEK 19
WEEK 23
MSWD
Offices /
LGU
Covered
Courts
Chicken, fresh, whole, adobo cut Kg 144
Pork (Ground), fresh Kg 54
Egg, fresh, medium Pc 1440
Sayote, fresh Kg 36
Monggo, fresh, green Kg 18
Potato, fresh Kg 54
Squash, fresh Kg 36
Carrots, fresh Kg 18
Onion, fresh, red Kg 10.8
Garlic, fresh Kg 8.64
Banana (Saba), fresh, ripe Pc 2160
Oil, cooking, bottle, 1 liter/bottle L 93.6
Ketchup, bottle, 1 liter/bottle L 72
Corned Tuna, can, 150 g Can 432
Corned Beef, can, 175 g Can 360
Pasta Noodles, pack, 1 kg/pack Kg 144
Lumpia Wrapper, pack, large, 20pcs
per pack
Kg 144
Brown Sugar, pack, 1 kg/pack Kg 72
Buns, pack, big pieces, 6 pcs/pack Pack 360
Evaporated Milk, evaporada, can,
370 ml
Can 216
All Purpose Cream, pack, 250 ml Pack 144
Condensed Milk, condensada, can,
300 ml
Can 72
Milk Powder, pack, 900 g/pack Pack 36
Flour, all-purpose, pack, 1 kg/pack Kg 43.2
Mayonnaise, container, 1
kg/container
Kg 18
75
SCHEDULE AREA OF
DELIVERY
GOODS TO BE DELIVERED
Food Commodity Unit of
Measurement Quantity
WEEK 4
WEEK 8
WEEK 12
WEEK 16
WEEK 20
WEEK 24
MSWD
Offices /
LGU
Covered
Courts
Chicken, fresh, whole, adobo cut Kg 180
Pork (Ground), fresh Kg 72
Egg, fresh, medium Pc 2520
Potato, fresh Kg 36
Carrots, fresh Kg 54
Green Peas, canned, 225grams/can Can 144
Togue, fresh Kg 108
Sayote, fresh Kg 108
Cabbage, fresh Kg 18
Garlic, fresh Kg 8.64
Onion, fresh, red Kg 8.64
Vinegar, bottle, 1 liter/bottle L 36
Soy Sauce, bottle, 1 liter/bottle L 14.4
Tomato Sauce, pack, 1 liter/pack L 36
Oil, cooking, bottle, 1 liter/bottle L 83.52
Margarine, container, 100
g/container
Kg 7.2
Lumpia Wrapper, pack, large, 20pcs
per pack
Kg 144
Canton Noodles, pack, 1 kg/pack Kg 144
Sardines, can, 150-155 g Can 576
I hereby certify to comply and deliver all the above requirements.
__________________ ___________________________________ _______
Name of Company/Bidder Signature Over Printed Name of Representative Date
76
Section VII. Technical Specifications
77
Section VII. Technical Specifications
Bidders must state here either “Comply” or any equivalent term in the column “Bidder’s Statement of Compliance “against each of the individual parameters of each “Specification”.
Item
Unit
of
Issue
Qty Specification
Bidder’s Statement of
Compliance
Bidder’s Actual
Offer
( Brand if applicable)
MEAT
1 Kg 1512
Pork (Ground), Fresh (slaughtered
on the same day of the delivery
schedule); Packaging is Per Kg (separate packaging per kilo); Double
grind
2 Kg 216
Pork (Laman), Fresh (slaughtered on
the same day of the delivery schedule); Packaging is Per Kg
(separate packaging per kilo); Cut
into small cubes, 3cm thickness
3 Kg 3996
Chicken, Fresh, dressed, neck
removed (slaughtered on the same
day of the delivery schedule);
Packaging is Per Kg (separate packaging per kilo) Cut into small
parts
4 Pcs 55296 Egg, Fresh, yolk is intact, no crack, clean outside shell; On Tray; Medium
to Large
VEGETABLE
5 Kg 2052 Squash, fresh; Per Kg (separate packaging per kilo)
6 Kg 864 Carrots, fresh, leaves removed; Per Kg (separate packaging per kilo)
7 Kg 1080 Papaya (Hilaw), fresh; Per Kg
(separate packaging per kilo)
8 Kg 1080 Sayote, fresh; Per Kg (separate
packaging per kilo)
9 Kg 324 Cabbage, fresh; Per Kg (separate
packaging per kilo)
10 Kg 756 Potato, fresh, clean; Per Kg (separate packaging per kilo)
11 Kg 108 Monggo, fresh, green; Per Kg
(separate packaging per kilo)
12 Can 864 Green Peas, canned, 225grams/can;
78
Label information, With Nutritional information in the label based on the
nutritional daily allowance intake
based on DOH AO No. 2014-0030
otherwise known as the "Rules and Regulations Governing the Labeling
of Prepackaged Food Products
Distributed in the Philippines.”; Should indicate expiry date, not less
than one year from the date of
delivery; The brand must be existing in
the Philippine Market for at least 2 years, No dent on any side of the can,
No visible rust on the can
13 Kg 648 Togue, fresh; Per Kg (separate packaging per kilo)
14 Kg 226.8 Onion, fresh, red; Per Kg (separate
packaging per kilo)
15 Kg 226.8 Garlic, fresh, big variety or
equibalent size; Per Kg (separate packaging per kilo)
16 Pcs 12960 Banana (Saba), fresh, ripe but not
overripe; per bundle (piling); Medium to Large Size
NOODLES
17 Kg 648 Lomi Noodles, Dried, No presence of
molds, good quality; Per Kg (separate
packaging per kilo)
18 Kg 1728
Pasta Noodles, pack, 1 kg/pack; Should indicate expiry date, not less
than one year from the date of
delivery; The brand must be existing in the Philippine Market at least 2 years,
no hole/tear on the package
19 Kg 864 Canton Noodles, Dried, No presence
of molds, good quality; Per Kg (separate packaging per kilo)
20 Kg 864
Macaroni Pasta, Should indicate
expiry date, not less than one year
from the date of delivery; The brand must be existing in the Philippine
Market at least 2 years, no hole/tear on
the package
BREAD
21 Pack 864
Loaf Bread, pack, regular sliced, 20 slices/pack no presence of molds;
450-500 g/pack; Should indicate
expiry date, not less than 5 days from the date of delivery
79
22 pack 2160
Buns, pack, big pieces; Should indicate expiry date, not less than 5
days from the date of delivery; 6
pcs/pack, , no presence of molds
MILK
23 Can 2592
Evaporated Milk, evaporada, can,
370 ml; With Nutritional information in the label based on the nutritional
daily allowance intake based on DOH
AO No. 2014-0030 otherwise known as the "Rules and Regulations
Governing the Labeling of
Prepackaged Food Products
Distributed in the Philippines.”; Should indicate expiry date, not less
than one year from the date of
delivery; The brand must be existing in the Philippine Market for at least 2
years, No dent on any side of the can,
No visible rust on the can
24 Pack 648
Milk Powder, pack, 900 g/pack; powdered, full cream; With
Nutritional information in the label
based on the nutritional daily allowance intake based on DOH AO
No. 2014-0030 otherwise known as
the "Rules and Regulations Governing the Labeling of
Prepackaged Food Products
Distributed in the Philippines.”;
Should indicate expiry date, not less than one year from the date of
delivery; The brand must be existing
in the Philippine Market for at least 2 years, No dent on any side of the can,
No damage on the pack
25 pack 864
All Purpose Cream, Carton pack,
250 ml; With Nutritional information in the label based on the nutritional
daily allowance intake based on DOH
AO No. 2014-0030 otherwise known as the "Rules and Regulations
Governing the Labeling of
Prepackaged Food Products
Distributed in the Philippines.”; Should indicate expiry date, not less
than one year from the date of
delivery; The brand must be existing in the Philippine Market for at least 2
years, No dent on any side of the can,
No damage on the pack
26 Can 864 Condensed Milk, condensada, can,
300 ml; With Nutritional information
80
in the label based on the nutritional daily allowance intake based on DOH
AO No. 2014-0030 otherwise known
as the "Rules and Regulations
Governing the Labeling of Prepackaged Food Products
Distributed in the Philippines.”;
Should indicate expiry date, not less than one year from the date of
delivery; The brand must be existing
in the Philippine Market for at least 2
years, No dent on any side of the can, No visible rust on the can
CANNED GOODS
27 Can 5184
Corned Tuna, can, 150 g; corned,
plain, not spicy, not chunky; With
Nutritional information in the label based on the nutritional daily
allowance intake based on DOH AO
No. 2014-0030 otherwise known as the "Rules and Regulations
Governing the Labeling of
Prepackaged Food Products
Distributed in the Philippines.”; Should indicate expiry date, not less
than one year from the date of
delivery; The brand must be existing in the Philippine Market for at least 2
years, No dent on any side of the can,
No visible rust on the can. HALAL-Certified
28 Can 3024
Corned Beef, can, 175 g, corned,
plain, not spicy, not guisado, not
chunky; With Nutritional information in the label based on the nutritional
daily allowance intake based on DOH
AO No. 2014-0030 otherwise known
as the "Rules and Regulations Governing the Labeling of
Prepackaged Food Products
Distributed in the Philippines.”; Should indicate expiry date, not less
than one year from the date of
delivery; The brand must be existing in the Philippine Market for at least 2
years, No dent on any side of the can,
No visible rust on the can. HALAL-
Certified
29 Can 6912
Sardines, can, 150-155 g, tomato
sauce, not spicy; With Nutritional
information in the label based on the nutritional daily allowance intake
based on DOH AO No. 2014-0030
81
otherwise known as the "Rules and Regulations Governing the Labeling
of Prepackaged Food Products
Distributed in the Philippines.”;
Should indicate expiry date, not less than one year from the date of
delivery; The brand must be existing
in the Philippine Market for at least 2 years, No dent on any side of the can,
No visible rust on the can. HALAL-
Certified
OTHERS
30 L 159.84
Soy Sauce, bottle, 1 liter/bottle;
Should indicate expiry date, not less than one year from the date of
delivery; The brand must be existing
in the Philippine Market at least 2 years, no leak on the bottle
31 L 21.6
Fish Sauce (Patis), bottle, 1
liter/bottle; Should indicate expiry
date, not less than one year from the date of delivery; The brand must be
existing in the Philippine Market at
least 2 years, no leak on the bottle
32 L 216
Vinegar, bottle, 1 liter/bottle; Should
indicate expiry date, not less than one
year from the date of delivery; The
brand must be existing in the Philippine Market at least 2 years, no
leak on the bottle
33 L 1512
Tomato Sauce, pouch, 1 liter/pouch; Should indicate expiry date, not less
than one year from the date of
delivery; The brand must be existing
in the Philippine Market at least 2 years, no leak on the pouch
34 L 648
Ketchup, bottle, 1 liter per
bottle/container; Banana; Should indicate expiry date, not less than one
year from the date of delivery; The
brand must be existing in the
Philippine Market at least 2 years, no leak on the bottle
35 L 1710.72
Oil, cooking, bottle, 1 liter per
pouch/container; Vegetable or Lauric
or Palm; Should indicate expiry date,
not less than one year from the date of delivery; The brand must be existing
in the Philippine Market at least 2
years, no leak on the bottle
82
36 Kg 241.92 Sugar, white, pack, 1 kg/pack; refined, Per Kg (separate packaging
per kilo)
37 Kg 432 Brown Sugar, pack, 1 kg/pack; Per
Kg (separate packaging per kilo)
38 Kg 151.2
Margarine, container, 100
g/container, plain; Should indicate
expiry date, not less than one year from the date of delivery, The brand
must be existing in the Philippine
Market for at least 2 years, no leak on the container, sealed
39 Kg 1123.2 Flour, all-purpose, pack, 1 kg/pack; Per Kg (separate packaging per kilo)
40 Kg 108
Mayonnaise, container, 1
kg/container; Should indicate expiry
date, not less than one year from the
date of delivery, The brand must be existing in the Philippine Market for
at least 2 years, no leak on the
container, sealed
41 Kg 129.6 Bread Crumbs, pack, 1 kg/pack; Per Kg (separate packaging per kilo)
42 Pcs 432 Niyog, pcs, fresh, good for gata,
brown coconut
43 Kg 1728 Lumpia Wrapper, pack, large, 20pcs
per pack; Per Kg (separate packaging per kilo)
*******nothing follows*******
I hereby certify to comply and deliver all the above requirements.
____________ _____________________ ________
Name of Company/Bidder Signature Over Printed Date
Name of Representative
83
TERMS AND CONDITIONS
1. ALL PRICES QUOTED HEREIN ARE VALID, BINDING AND EFFECTIVE
FOR THE ENTIRE BIDDING PROCESS.
2. All quotations shall be in accordance with the Approved Budget Cost and place of
delivery based on the technical requirements reflected in the bidding documents.
All goods are grouped in ONE (1) LOT. ONE LOT IS ALLOTTED PER CITY /
MUNICIPALITY.
3. Prices quoted shall be inclusive of all applicable taxes and costs including
transportation, freight and handling and other incidental expenses maybe incurred to
the indicated delivery site.
4. The Bidder is expected to examine all instructions, forms, terms, and specifications in
the Bidding Documents.
5. It shall be the sole responsibility of the Bidder to determine and to satisfy itself by
such means as it considers necessary or desirable as to all matters pertaining to the
contract to be bid, including: (a) the location and the nature of this project; (b) climatic
conditions; (c) transportation facilities; and (d) other factors that may affect the cost,
duration, and execution or implementation of this project.
6. The DSWD shall not assume any responsibility regarding erroneous interpretations or
conclusions by the prospective or eligible bidder out of the data furnished by the
DSWD.
7. The Bidder shall bear all costs associated with the preparation and submission of his
bid, and the DSWD will in no case be responsible or liable for those costs, regardless
of the conduct or outcome of the bidding process.
8. Before submitting their bids, the Bidder is deemed to have become familiar with all
existing laws, decrees, ordinances, acts and regulations of the Philippines which may
affect this project in any way.
9. The Bidder should note that the DSWD will accept bids only from those that have
paid the applicable fee for the Bidding Documents at the office indicated in the
Invitation to Bid.
10. The Bidder is preferably a Local Supplier for in any case of complaints, the Local
Supplier can immediately respond. However, in the absence of a qualified Local
Supplier, a Provincial or Regional Supplier shall qualify.
11. The Winning Bidder shall be responsible for the source(s) of his supplies/materials
and shall make deliveries in accordance with schedule, quality and specifications of
the award and contract agreement. Failure to comply with the same shall be ground
for cancellation of the award and contract agreement issued to that Winning Bidder.
The DSWD shall have the right to re-award the item(s) to the next compliant Bidder.
84
12. The Winning Bidder shall pick up notice of award issued in his favor within three
(3) days after receipt of notice to that effect. A telephone call, fax transmission or e-
mail shall constitute an official notice to the Winning Bidder. Thereafter, if the
contract agreement(s) remain unclaimed, the said contract agreement(s) shall be
sent by messengerial service to the Winning Bidder at the latter’s expense. To avoid
delay in the delivery of the requesting agency’s requirement, all DEFAULTING
BIDDER shall be precluded from proposing or submitting a substitute sample.
13. The Winning Bidder shall complete the delivery of the items expected of him/her as
specified in the delivery schedule and food requirements.
14. The Winning Bidder shall ensure no disruption of deliveries to prevent GAP in the
feeding implementation so that the nutritional improvement of the beneficiaries will
be attained.
15. Subject to the provisions of the preceding paragraph, where Winning Bidder has
accepted a contract agreement but fails to deliver the required product(s) within the
time called for in the same order, inclusive of duly granted time extensions, if any, the
Winning Bidder shall be liable for damages for the delay and shall pay the procuring
entity liquidated damages, not by way of penalty, an amount equal to one-tenth (1/10)
of one percent (1%) of the cost of the delayed goods scheduled for delivery for every
day of delay until such goods are finally delivered and accepted by the procuring entity
concerned. Such amount shall be deducted from any money due or which may become
due to the Winning Bidder, or collected from any securities or warranties posted by
the Winning Bidder, whichever is convenient to the procuring entity concerned. In
no case shall the total sum of liquidated damages exceeded ten percent (10%) of the
total contract price, in which event the procuring entity concerned may rescind the
contract and impose appropriate sanctions over and above the liquidated damages to
be paid. In case of recession of the contract and the completion of such delivery by
other supplier, DSWD shall charge against the Defaulting Bidder the difference in
the price if any paid to such suppliers. Refusal to shoulder the difference by the
Defaulting Bidder will cause the latter’s disqualification from any future bids of the
same or all items, without prejudice to the imposition of other sanctions as prescribed
under RA 9184 and its IRR.
16. Incidental Services – The contract price for the items shall include the prices charged
by the Supplier for incidental services and shall not exceed the prevailing rates charged
to other parties by the Supplier for similar services.
17. Packaging – The Winning Bidder shall provide such packaging of the items as
required preventing their damage or deterioration during transit to their final
destination, as indicated in this Contract. The packaging shall be sufficient to
withstand, without limitation, rough handling during transit and exposure to extreme
temperatures.
17.a. The Winning Bidder shall provide a storage facility and/or equipment for two
days to ensure the freshness of all the goods from the date of Inspection and
Acceptance. Any expenses to be incurred from this provision shall be shouldered
by the supplier.
85
17.b. The Winning Bidder shall replace those items found unfit for human
consumption during food preparation on the next delivery.
18. Insurance – The items supplied under this Contract shall be fully insured by the
Supplier in a freely convertible currency against loss or damage incidental to
manufacture or acquisition, transportation, storage, and delivery. The items remain at
the risk and title of the Supplier until their final acceptance by the DSWD.
19. Warranty – Delivered items must come with a warranty period of one (1) day for
perishable goods and one (1) week for the non-perishable goods from the date of
delivery. This warranty shall cover any manufacturing defects discovered in the
delivered items.
20. Transportation – Where the Winning Bidder is required under Contract to deliver
the items, transport of the items to the port of destination or such other named place of
destination in the Philippines, as shall be specified in this Contract, shall be arranged
and paid for by the Supplier, and the cost thereof shall be included in the Contract
Price.
21. The DSWD accepts no liability for the damage of items during transit. In the case of
items supplied from within the Philippines or supplied by domestic Suppliers risk and
title will not be deemed to have passed to the DSWD until their receipt and final
acceptance at the final destination.
22. Inspection and acceptance of DSWD concerned committees, Technical Working
Group (TWG) and the End-user shall be conducting the acceptance and inspection
during delivery. The Winning Bidder shall notify the DSWD at least one (1) week
before the schedule of delivery to the site. The supplier shall only deliver the goods to
authorized DSWD Representative.
22.a. In every delivery, there should be a presence of LGU Meat Inspector and/or
Sanitary
Inspector to assist, inspect and attest that all food supplies delivered are safe for
consumption.
22.b. The Winning Bidder shall bring a weighing scale in every delivery.
22.c. The Winning Bidder shall present a NMIS (National Meat Inspection Service)
Certificate to the inspector in every delivery. However, in the case of absence of
NMIS Certification and for food items not needing the certification, the
inspectorate team will conduct a random actual testing during delivery and
acceptance. (e.g. Meat, Poultry, Eggs, Potatoes, Carrots, Sayote, Eggplant and
other perishable goods)
23. The Winning Bidder shall guarantee his/her deliveries to be free from defects. Any
defective/undesirable items thereof that may be discovered by the DSWD MiMaRoPa
and Representative from the LGU WITHIN THE DAY OF INSPECTION shall be
replaced by the supplier ON THE SAME DAY OF ACCEPTANCE. AWARDEE
shall provide a service unit so as not to hinder the operation of the end user and shall
cover all the expenses.
86
23.a. The Winning Bidder shall bring buffer food items in case of rejects upon
inspection.
24. All duties, excise tax and other taxes and revenue charges, if any, shall be for the
Winning Bidder’s account. All transactions are subject to withholding of creditable
Value Added Tax (VAT) per Revenue Regulation No. 10-93 and subject to
accounting and auditing rules and regulations.
25. Payment shall be through CHECK/Advice to Debit Account (ADA) and shall be made
after at least FOUR (4) complete deliveries and after acceptance.
26. The DSWD MiMaRoPa shall have the right to terminate this Agreement if the
Winning Bidder is willfully violating any of the material conditions, stipulations and
covenants of this Agreement.
27. All provisions stipulated in the bidding documents that are vague or issues deemed
excluded in the bidding documents shall be communicated to the DSWD-BAC
Secretariat before the deadline of submission of bidding documents, for resolution
with IRR of RA 9184 as reference law and guidelines.
28. Unresolved issues or questions that will surface in the course of this procurement will
be referred to IRR of RA 9184 and other pertinent laws and regulations.
29. The Winning Bidder should not be included in the database of black listed suppliers
of the Government Procurement Policy Board (GPPB) or any government agencies.
Conforme:
Name of Bidder: ___________________________________________________
Name of Authorized Representative: __________________________________
Signature of Authorized Representative: _______________________________
Date: ______________________________________________________________
**** THIS DOCUMENT MUST BE ATTACHED TO THE TECHNICAL
SPECIFICATIONS****
87
Section VIII. Bidding Forms
Notes on the Bidding Forms
The Bidder shall complete and submit with its Bid the Bid Form and Price Schedules
in accordance with ITB Clause 15 with the requirements of the Bidding Documents and
the format set out in this Section.
When requested in the BDS, the Bidder should provide the Bid Security, either in the
form included hereafter or in another form acceptable to the Entity, pursuant to ITB
Clause 18.1.
The Contract Agreement Form, when it is finalized at the time of contract award,
should incorporate any corrections or modifications to the accepted Bid resulting from
price corrections. The Price Schedule and Schedule of Requirements deemed to form
part of the contract should be modified accordingly.
The Performance Security Form and Bank Guarantee Form for Advance Payment
should not be completed by the Bidders at the time of their Bid preparation. Only the
successful Bidder will be required to provide performance security and bank guarantee
for advance payment in accordance with one of the forms indicated herein or in another
form acceptable to the Procuring Entity and pursuant to GCC Clause 13 and its
corresponding SCC provision.
The sworn affidavit must be completed by all Bidders in accordance with ITB Clause
4.2. Failure to do so and submit it with the bid shall result in the rejection of the bid and
the Bidder’s disqualification.
88
TABLE OF CONTENTS
BID FORM ........................................................................................................ 77
CONTRACT AGREEMENT FORM ...................................................................... 94
OMNIBUS SWORN STATEMENT ........................................................................ 95
BANK GUARANTEE FORM FOR ADVANCE PAYMENT ....................................... 86
BID SECURING DECLARATION FORM ……………………………………………87
89
Bid Form
Date:
Invitation to Bid1 No:
To: [name and address of Procuring Entity]
Gentlemen and/or Ladies:
Having examined the Bidding Documents including Bid Bulletin Numbers [insert
numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to
[supply/deliver/perform] [description of the Goods] in conformity with the said Bidding
Documents for the sum of [total Bid amount in words and figures] or such other sums as may
be ascertained in accordance with the Schedule of Prices attached herewith and made part of
this Bid.
We undertake, if our Bid is accepted, to deliver the goods in accordance with the delivery
schedule specified in the Schedule of Requirements.
If our Bid is accepted, we undertake to provide a performance security in the form,
amounts, and within the times specified in the Bidding Documents.
We agree to abide by this Bid for the Bid Validity Period specified in BDS provision for
ITB Clause 18.2 and it shall remain binding upon us and may be accepted at any time before
the expiration of that period.
Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid,
and to contract execution if we are awarded the contract, are listed below:2
Name and address
of agent
Amount and
Currency
Purpose of
Commission or gratuity
(if none, state “None”)
Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.
We understand that you are not bound to accept the Lowest Calculated Bid or any Bid
you may receive.
1 If ADB, JICA and WB funded projects, use IFB.
2 Applicable only if the Funding Source is the ADB, JICA or WB.
90
We certify/confirm that we comply with the eligibility requirements as per ITB Clause 5
of the Bidding Documents.
We likewise certify/confirm that the undersigned, [for sole proprietorships, insert: as the
owner and sole proprietor or authorized representative of Name of Bidder, has the full power
and authority to participate, submit the bid, and to sign and execute the ensuing contract, on
the latter’s behalf for the Name of Project of the Name of the Procuring Entity] [for
partnerships, corporations, cooperatives, or joint ventures, insert: is granted full power and
authority by the Name of Bidder, to participate, submit the bid, and to sign and execute the
ensuing contract on the latter’s behalf for Name of Project of the Name of the Procuring Entity].
We acknowledge that failure to sign each and every page of this Bid Form, including the
attached Schedule of Prices, shall be a ground for the rejection of our bid.
Dated this ________________ day of ________________ 20______.
[signature] [in the capacity of]
Duly authorized to sign Bid for and on behalf of ____________________________
91
For Goods Offered From Within the Philippines
Name of Bidder . Invitation to Bid3 Number . Page of .
1 2 3 4 5 6 7 8 9 10
Item Description Country
of origin
Quantity Unit price EXW
per item
Transportation
and Insurance
and all other
costs
incidental to
delivery, per
item
Sales and
other taxes
payable if
Contract is
awarded, per
item
Cost of
Incidental
Services, if
applicable, per
item
Total Price,
per unit
(col 5+6+7+8)
Total Price
delivered Final
Destination
(col 9) x (col 4)
[signature] [in the capacity of]
Duly authorized to sign Bid for and on behalf of ____________________________
92
Statement of Single Largest Completed Contract which is Similar
in Nature
Business Name: __________________________________________________
Business Address: ________________________________________________
Name of
Client
Date of
Contract
Kinds of
Goods
Amount of
Contract
Date of
Delivery
End User’s
Acceptance
or Official
Receipt
Issued for
the Contract
Submitted by: _________________________________________
(Printed Name and Signature)
Designation : ___________________________________________
Date : _________________________________________________
Instructions:
a. Cut –off date is June 30, 2019
b. Similar contract shall refer to supply and delivery of various food items
93
Statement of all Ongoing Government and Private Contracts Including
Contracts Awarded but not yet Started
Business Name: __________________________________________
Business Address: ________________________________________
Name of Client Date of the
Contract
Kinds of
Goods
Value of
Oustanding
Contracts
Date of
Delivery
Government
Private
Submitted by: _______________________________________
(Printed Name and Signature)
Designation : ________________________________________
Date : ______________________________________________
Instructions:
1.State all ongoing contracts including those awarded but not yet started (government and prior
contracts which maybe similar or not similar to the project being bidded prior to June 30, 2019
2.If there is no ongoing contract including those awarded but not yet started as of the
aforementioned period , state none or equivalent term.
3.The total amount of the ongoing and awarded but not yet started contracts should be
consistent with those used in the Net Financial Contracting Capacity (NFCC)
94
Contract Agreement Form
THIS AGREEMENT made the _____ day of __________ 20_____ between [name of
PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part and
[name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of the
other part:
WHEREAS the Entity invited Bids for certain goods and ancillary services, viz., [brief
description of goods and services] and has accepted a Bid by the Supplier for the supply of
those goods and services in the sum of [contract price in words and figures] (hereinafter called
“the Contract Price”).
NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz.:
(a) the Supplier’s Bid, including the Technical and Financial Proposals, and all
other documents/statements submitted (e.g. bidder’s response to clarifications
on the bid), including corrections to the bid resulting from the Procuring Entity’s
bid evaluation;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract;
(f) the Performance Security; and
(g) the Entity’s Notice of Award.
3. In consideration of the payments to be made by the Entity to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Entity to provide the goods and services
and to remedy defects therein in conformity in all respects with the provisions of the Contract
4. The Entity hereby covenants to pay the Supplier in consideration of the provision of the
goods and services and the remedying of defects therein, the Contract Price or such other sum
as may become payable under the provisions of the contract at the time and in the manner
prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of the Republic of the Philippines on the day and year first above
written.
Signed, sealed, delivered by the (for the Entity)
Signed, sealed, delivered by the (for the Supplier).
Omnibus Sworn Statement
REPUBLIC OF THE PHILIPPINES )
CITY/MUNICIPALITY OF ______ ) S.S.
A F F I D A V I T
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address
of Affiant], after having been duly sworn in accordance with law, do hereby depose and state
that:
1. Select one, delete the other:
If a sole proprietorship: I am the sole proprietor or authorized representative of [Name
of Bidder] with office address at [address of Bidder];
If a partnership, corporation, cooperative, or joint venture: I am the duly authorized
and designated representative of [Name of Bidder] with office address at [address of
Bidder];
2. Select one, delete the other:
If a sole proprietorship: As the owner and sole proprietor, or authorized representative
of [Name of Bidder], I have full power and authority to do, execute and perform any
and all acts necessary to participate, submit the bid, and to sign and execute the ensuing
contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in
the attached duly notarized Special Power of Attorney;
If a partnership, corporation, cooperative, or joint venture: I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit
the bid, and to sign and execute the ensuing contract for [Name of the Project] of the
[Name of the Procuring Entity], as shown in the attached [state title of attached
document showing proof of authorization (e.g., duly notarized Secretary’s Certificate,
Board/Partnership Resolution, or Special Power of Attorney, whichever is
applicable;)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units,
foreign government/foreign or international financing institution whose blacklisting
rules have been recognized by the Government Procurement Policy Board;
4. Each of the documents submitted in satisfaction of the bidding requirements is an
authentic copy of the original, complete, and all statements and information provided
therein are true and correct;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
6. Select one, delete the rest:
If a sole proprietorship: The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office
or the end-user unit, and the project consultants by consanguinity or affinity up to the
third civil degree;
If a partnership or cooperative: None of the officers and members of [Name of Bidder]
is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head
of the Project Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;
If a corporation or joint venture: None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity,
members of the Bids and Awards Committee (BAC), the Technical Working Group,
and the BAC Secretariat, the head of the Project Management Office or the end-user
unit, and the project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a
Bidder:
a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the implementation of the
Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if
any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount,
fee, or any form of consideration, pecuniary or otherwise, to any person or official,
personnel or representative of the government in relation to any procurement project or
activity.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
_____________________________________
Bidder’s Representative/Authorized Signatory
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place
of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC
Serial No. of Commission _______________
Notary Public for _______ until __________
Roll of Attorneys No. __________________
PTR No. ______ [date issued], [place issued]
IBP No. ______ [date issued], [place issued]
Doc. No. _____
Page No. _____
Book No. _____
Series of _____
* This form will not apply for WB funded projects.
Bank Guarantee Form for Advance Payment
To: [name and address of PROCURING ENTITY]
[name of Contract]
Gentlemen and/or Ladies:
In accordance with the payment provision included in the Special Conditions of Contract,
which amends Clause 10 of the General Conditions of Contract to provide for advance
payment, [name and address of Supplier] (hereinafter called the “Supplier”) shall deposit with
the PROCURING ENTITY a bank guarantee to guarantee its proper and faithful performance
under the said Clause of the Contract in an amount of [amount of guarantee in figures and
words].
We, the [bank or financial institution], as instructed by the Supplier, agree unconditionally and
irrevocably to guarantee as primary obligator and not as surety merely, the payment to the
PROCURING ENTITY on its first demand without whatsoever right of objection on our part
and without its first claim to the Supplier, in the amount not exceeding [amount of guarantee
in figures and words].
We further agree that no change or addition to or other modification of the terms of the Contract
to be performed thereunder or of any of the Contract documents which may be made between
the PROCURING ENTITY and the Supplier, shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition, or modification.
This guarantee shall remain valid and in full effect from the date of the advance payment
received by the Supplier under the Contract until [date].
Yours truly,
Signature and seal of the Guarantors
[name of bank or financial institution]
[address]
[date]
BID SECURING DECLARATION FORM
REPUBLIC OF THE PHILIPPINES)
CITY OF _______________________) S.S.
x------------------------------------------------------x
BID SECURING DECLARATION
Invitation to Bid: [Insert Reference number]
To: [Insert name and address of the Procuring Entity]
I/We4, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by
a Bid Security, which may be in the form of a Bid-Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for
any contract with any procuring entity for a period of two (2) years upon receipt
of your Blacklisting order; and, (b) I/we will pay the applicable fine provided
under Section 6 of the Guidelines on the Use of Bid Securing Declaration,
within fifteen (15) days from receipt of the written demand by the procuring
entity for the commission of acts resulting to the enforcement of the bid securing
declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of the
IRR of RA 9184; without prejudice to other legal action the government may
undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on the
following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof
pursuant to your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of your
notice to such effect, and (i) I/we failed to timely file a request for
reconsideration or (ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared the bidder with the Lowest Calculated Responsive
Bid, and I/we have furnished the performance security and signed the
Contract.
4 Select one and delete the other. Adopt the same instruction for similar terms throughout the document.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of
[month] [year] at [place of execution].
[Insert NAME OF BIDDER’S AUTHORIZED
REPRESENTATIVE]
[Insert Signatory’s Legal Capacity]
Affiant
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place
of execution], Philippines. Affiant/s is/are personally known to me and was/were identified by
me through competent evidence of identity as defined in the 2004 Rules on Notarial Practice
(A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC
Serial No. of Commission _______________
Notary Public for _______ until __________
Roll of Attorneys No. __________________
PTR No. ______ [date issued], [place issued]
IBP No. ______ [date issued], [place issued]
Doc. No. _____
Page No. _____
Book No. _____
Series of _____